SOURCES SOUGHT
Z -- Joint Base Myer - Henderson Hall Army Family Housing Maintenance and Repair Services - Draft PWS
- Notice Date
- 5/8/2017
- Notice Type
- Sources Sought
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
- ZIP Code
- 28307-0120
- Solicitation Number
- W91QV1-17-R-0055
- Point of Contact
- Guy K. Brooks, Phone: 9104329847, Ambre Wallitsch, Phone: 910-396-4818
- E-Mail Address
-
guy.k.brooks.civ@mail.mil, ambre.d.wallitsch.civ@mail.mil
(guy.k.brooks.civ@mail.mil, ambre.d.wallitsch.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Performance Work Statement SOURCES SOUGHT FOR SERVICES Army Family Housing Maintenance (AFHM) Services Joint Base Myer - Henderson Hall (JBM-HH) INTRODUCTION The Mission and Installation Contracting Command Center - Fort Bragg (MICC-FB) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide maintenance and repair services for military family housing units in the Military District of Washington, D. C. for Joint Base Myer - Henderson Hall (JBM-HH), Executive Management Housing Division (EMHD). The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The place of performance will cover Joint Base Myer- Henderson Hall (JBM-HH), Virginia, Fort McNair in Washington D.C., and the Arlington National Cemetery (ANC) Lodge in Arlington, Virginia. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE (RFQ), (IFB), OR (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND There are three (3) locations where services will be performed; Fort Leslie J. McNair located in Washington, D.C., Fort Myer located in Arlington, Virginia, and Lodge One inside the Arlington National Cemetery (ANC) in Arlington, Virginia. Fort McNair is located at 4th and "P" Streets, Southwest, Washington, D.C. and holds five (5) duplex quarters (10 units) and 17 single housing quarters for a total of 27 housing units. All the quarters were built between the 1890's to mid 1930's, construction is of solid brick; they are three (3) stories with a basement and updated interiors. Fort Myer is adjacent to ANC and holds 19 Non-Commissioned Officer (NCO) Quarters (18 Duplex and 1 single unit) nine (9) Officer's Quarters and the rest are 32 General Flag Officer Quarters, including four (4) - one (1) bedroom temporary quarters situated within four (4) separate duplex units, for a total of 60 housing units. These quarters were also built between the late 1890's to the middle of the 1930's. These buildings are solid brick construction, have three (3) stories, with a basement and updated interiors. Lodge One at Arlington National Cemetery was built in the mid 1930's. It is a stucco finished, three (3) story structure, and was renovated in 2011. REQUIRED CAPABILITIES The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform maintenance and repair services in order to maintain clean, safe, livable conditions for Military Family Housing (MFH), as defined in this Performance Work Statement (PWS), except for those items specified as government furnished property and services. The Contractor shall perform in accordance with (IAW) the terms and conditions of the contract and consistently with the established standards in this PWS and contract. Maintenance services include: •Change of Occupancy Maintenance (COM) •Service Calls •Preventive Maintenance •Environmental Protection SPECIAL REQUIREMENTS: None. ELIGIBILITY The applicable NAICS code for this requirement is 236118, Residential Remodelers with a Small Business Size Standard of $36,500,000. The Product Service Code is Z2FA, Program Management Support. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS). (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 PM, EST, May 16, 2017. All responses under this Sources Sought Notice must be e-mailed to Guy K. Brooks, guy.k.brooks.civ@mail.mil and Ambre D. Wallitsch, ambre.d.wallitsch.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirementIf so, please provide details? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as an 8(a) Small Business, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base year plus 4 (1-year) option periods with performance commencing in March 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be a Firm-Fixed Price (FFP). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Guy K. Brooks, in either Microsoft Word or Portable Document Format (PDF), via email ambre.d.wallitsch.civ@mail.mil and guy.k.brooks.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dd98c0b8ffeaecb100a73ea397dd073b)
- Place of Performance
- Address: Military District, Washington, District of Columbia, United States
- Record
- SN04500316-W 20170510/170508235157-dd98c0b8ffeaecb100a73ea397dd073b (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 |