Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOURCES SOUGHT

Z -- BASE OPERATIONS EXTENSION - Package #1

Notice Date
8/8/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Carson, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, Colorado, 80913-5198, United States
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-17-C-0002-P00005
 
Archive Date
8/30/2017
 
Point of Contact
Vanessa A. Coleman,
 
E-Mail Address
vanessa.a.coleman4.civ@mail.mil
(vanessa.a.coleman4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Facility Maintenance List Typical License and Certification Requirements Skills Requirements PWS Government Furnished Property Base Line Staffing SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. This is a posting of the performance work statement (PWS) and confirmation of market research only. The U.S. Government currently intends to award a contract modification for approximately seventy-eight (78) days of additional base operations services on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The contractor shall provide management, supervision, quality control, financial control, materials, supplies, labor and equipment, except of which is specified as government-furnished in the attached technical exhibit; in order to perform the following services provided by this contract, to include: Grounds Maintenance, Facility, Electrical &Mechanical, Systems Maintenance & Repair Locksmith Services, Natural Gas Distribution & Regulation System, Industrial Wastewater Treatment Plant, Clean Fill Site, Warehousing & Supply, Cathodic Protection, Locksmith Services, Natural Gas Distribution & Regulation System, Industrial Wastewater Treatment Plant, Central Vehicle Wash Facility, Sanitary Wastewater Treatment & Collection System, Water Systems & Distribution Services, General Interior & Exterior Work and post miscellaneous work (i.e. special events). Work also includes phase out of the incumbent contractor and phase-in of the contractor awarded as a result of the competition already in progress. The estimated extension will be 29 September 2017 to 15 December 2017 due to delays in the re-acquisition which is already in progress. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Cost Plus Fixed Fee modification to T&H Services LLC for base operations for Ft. Carson. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. This notice 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 notice does not commit the U.S. Government to 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 561210 - Facilities Support Services; size standard $38,500.00. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) under NAICS 561210. 3. Identify whether your firm is interested in competing for this specific requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Please demonstrate your capability by providing recent and relevant past performance history. Please provide no more than five of the most recent and relevant experience to include contract number, location, value, period of performance, scope of work and point of contact. 5. Indicate if the Contractor can perform all work for this requirement. If not, what percentage of work will be sub-contracted? 6. Does the Contractor have an accounting system determined acceptable by the Defense Contract Audit Agency (DCAA) for accumulating and reporting incurred costs under cost-reimbursement contracts in accordance with DFARS clause 252.242-7006? 7. The Government request Contractor to provide the following information: lead time for implementation, proposed solution, and ability to obtain security clearances for the above time frame. Construction is included in the PWS and contractor will have to demonstrate bonding requirements. 8. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 9. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. 10. Responses for the above questions and comments are due no later than 15 August 2017, 5:00 pm MST. Responses shall be submitted via e-mail only to Vanessa Coleman, vanessa.a.coleman4.civ@mail.mil. Subject Title shall include the following "Sources Sought response to BASOPS Ft. Carson <Vendor's name>."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b729ed3d981cb96289fa8879c5beae56)
 
Place of Performance
Address: Ft. Carson, CO and Pinon Canyon Maneuver Site, United States
 
Record
SN04617247-W 20170810/170808231856-b729ed3d981cb96289fa8879c5beae56 (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.