Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2016 FBO #5458
MODIFICATION

R -- Support Base Services - Draft MATOC PWS

Notice Date
10/31/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-17-R-0001
 
Archive Date
5/28/2016
 
Point of Contact
Hunter Davenport, Phone: 210-221-XXXX, Hunter Davenport, Phone: 210-221-XXXX
 
E-Mail Address
usarmy.jbsa.acc-micc.mbx.sbs-contracting-team@mail.mil, usarmy.jbsa.acc-micc.mbx.sbs-contracting-team@mail.mil
(usarmy.jbsa.acc-micc.mbx.sbs-contracting-team@mail.mil, usarmy.jbsa.acc-micc.mbx.sbs-contracting-team@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS This notice is ONLY a Sources Sought announcement. We encourage small businesses in all socioeconomic categories including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, and Women-Owned Small Business concerns, to identify their capabilities regarding this requirement. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This is the second sources sought notice posted for this requirement in an effort to afford industry the maximum opportunity for all socioeconomic categories interested in this requirement to submit their capabilities. All capability statements received are used as a market research tool to determine potential firms capable of providing the services described herein. It is also a tool to elicit feedback on the DRAFT Performance Work Statement (PWS). As such, feedback is encouraged and appreciated. Responses to this notice does not commit the U.S. Government to a contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry at www.fbo.gov. It is the responsibility of all potential offerors to monitor the Governmentwide Point of Entry website for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 561210, Facilities Support Services, with the Small Business size standard of $38.5M. BACKGROUND: The Installation Management Command (IMCOM) anticipates a continuing need for Support Base Services (SBS) requirement which is currently being fulfilled by Indefinite Delivery/Indefinite Quantity Multiple Award Task Order Contract awarded to seven small businesses under contract numbers W9124J-12-D-0003 through W9124J-12-D-0009 with a one year base and four one year options. Task orders issued under the current MATOC range from $1M to $130M. IMCOM requires a prime contractor(s) with the capability to manage various tasks simultaneously at multiple locations as specified in the attached draft Performance Work Statement (PWS). The contractor must also be capable of recruiting and providing a team of highly qualified personnel that will be able to handle mobilization, deployment, redeployment, and demobilization missions at various locations. Often these requirements are fluid, dynamic, vary by installation, have unexpected volumes, and can develop with little or no warning. The contractor must be able to respond to unexpected surge requirements with adequate numbers of qualified employees, even when the workload volume is at levels not seen before. The Contractor shall provide SBS Garrison Augmentation Support Services to as many as 25 installations throughout the Continental United States and Hawaii. Services ordered through this requirement relieve the individual Garrisons by providing non--inherently governmental functions in 12 task areas as addressed in the draft PWS: • Task Area 1: Plans • Task Area 2: Training • Task Area 3: Administrative • Task Area 4: Infrastructure Security • Task Area 5: Human Resources • Task Area 6: Finance • Task Area 7: Material Management and Supply • Task Area 8: Support Services (Subsistence, Laundry, and Supply and Warehouse) • Task Area 9: Movements • Task Area 10: Equipment Readiness and Maintenance • Task Area 11: Billeting and Facilities • Task Area 12: Information Management NOTE: For additional details regarding this requirement refer to the attached draft PWS. SUBMITTAL INFORMATION: Responses to this announcement must be received no later than 4:00 p.m. Central Standard Time (CST) on 7 November 2016. Only electronic submissions will be accepted. Interested business concerns should provide a brief "capabilities statement" package (no page limit pages in length, single spaced, and 12 point font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular layout or format is mandated. It is preferred that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability statement package shall be sent by email to: usarmy.jbsa.acc-micc.mbx.sbs-contracting-team@mail.mil Your email subject line should reflect: "(Firm's Name), Response to the Sources Sought Synopsis for the SBS, W9124J-17-R-0001". The size limit of each email, with all attachments, cannot exceed 9 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED FILES as the Government's information network will remove all zipped files. If your firm must sends two or more emails in order to prevent exceeding the 9 MB restriction, please label each email with: "(Firm's Name) Information and Comments for W9124J-17-R-0001 - Email # 1 of 2, 2 of 2, etc.". In response to this sources sought, provide a response to each of the following questions: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Review all 12 task areas of the PWS and describe in sufficient detail how your core capabilities relate to the services described in the PWS. If your company does not have the capabilities in some of the 12 Task areas identified in the PWS, inform the government on how your company will be able to increase your capabilities through teaming or subcontracting arrangements. Please note: The Army is interested in maximum effective competition. If you feel any of the aspects listed in this announcement unreasonably restrict competition, please submit a Statement of Unreasonable Restrictions to Competition to the MICC Advocate for Competition, Dean Carsello at dean.m.carsello.civ@mail.mil. In your statement, please reference this announcement number and the Army Advertising and Marketing Program. Also, your statement must indicate what element of the planned acquisition specifically is restricting competition and why it is unreasonable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d630482c736f13bfc4dc8e8720d47320)
 
Place of Performance
Address: Multiple: See Sources Sought Description, United States
 
Record
SN04316499-W 20161102/161031234408-d630482c736f13bfc4dc8e8720d47320 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.