Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
SOURCES SOUGHT

S -- Dining Facility Attendants - Draft PWS

Notice Date
3/14/2018
 
Notice Type
Sources Sought
 
NAICS
722310 — Food Service Contractors
 
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-18-R-0014
 
Archive Date
3/22/2018
 
Point of Contact
Juan Juarez, , Christina M. Mokrane,
 
E-Mail Address
juan.juarez.civ@mail.mil, christina.m.mokrane.civ@mail.mil
(juan.juarez.civ@mail.mil, christina.m.mokrane.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SOURCES SOUGHT NOTICE United States Army - Dining Facility Attendants Fort Irwin, California SOLICITATION NUMBER: W9124J-18-R-0014 NOTICE TYPE: This Is A Sources Sought Notice ONLY. This Sources Sought Synopsis (SSS) is for Fort Irwin Dining Facility Attendants (DFA) and in support of the Logistics Readiness Center (LRC), located at Fort Irwin, California. The information received will be used within the Mission and Installation Contracting Command Center - Fort Sam Houston (MICC Center -FSH) to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis. This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited, and provided. No funds have been authorized, appropriated or received for this effort. BACKGROUND: The MICC Center - FSH has a requirement in support of the Fort Irwin installation food service requirements. The current DFA requirement is being fulfilled though contract W9124J-12-D-0002. The Contractor shall provide quality services in support of the installation food service program that supports the Warfighter with flexible, efficient, and cost effective service. DFA services are characterized by the performance of janitorial and custodial duties within the dining facility. The NAICS code assigned to the acquisition is 722310, Food Service Contractors with a corresponding small business size standard of $38.5M. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP, expendables), to perform activities that comprise the DFA services. PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside and/or subject to the Randolph-Sheppard Act. The Army has, in the past, applied this priority in accordance with Army Regulation 210-25 (which will be incorporated into the solicitation and resulting contract). A decision to set-aside this requirement for a small business program, compete it through full and open procedures and/or give priority to the State Licensing Agencies (SLA's) has not yet been made. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 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. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. 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. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. YOUR RESPONSE TO THE SYNOPSIS: The Government requests separate files for Statement of Capabilities and Contracting Approach response; submitted electronically in PDF format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described. All responses shall be received no later than 21 March 2018 at 08:00 AM CDT. Please respond via electronic mail (e-mail) to the Contracting Officer, Christina Mokrane, at the following address: christina.m.mokrane.civ@mail.mil and Contract Specialist, Juan Juarez, at the following address: juan.juarez.civ@mail.mil. All questions MUST be in writing and should also be directed to Christina Mokrane and Juan Juarez. In all responses, please reference W9124J-18-R-0014 / DFA-Fort Irwin in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Juan Juarez Contract Specialist Email: juan.juarez.civ@mail.mil Secondary Point of Contact: Christina M. Mokrane Contracting Officer Email: christina.m.mokrane.civ@mail.mil Contracting Office Address: 2205 Infantry Post Road, Bldg. 603 Fort Sam Houston, Texas 78234-1361 United States Place of Performance: Fort Irwin, California United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/41446362e92ba394b6ef1d94d49ab669)
 
Place of Performance
Address: Fort Irwin, Fort Irwin, California, 92310, United States
Zip Code: 92310
 
Record
SN04854408-W 20180316/180314231442-41446362e92ba394b6ef1d94d49ab669 (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.