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

R -- ARLINGTON NATIONAL CEMETERY VISITOR OPERATIONS SERVICES - 20180314_DRAFT_ANC_VOS_ PWS

Notice Date
3/14/2018
 
Notice Type
Sources Sought
 
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-18-R-0010
 
Archive Date
5/1/2018
 
Point of Contact
Dawn Rogers, Phone: 2104662199, Maria Cachola, Phone: 210-466-2207
 
E-Mail Address
dawn.r.rogers.civ@mail.mil, maria.d.cachola.civ@mail.mil
(dawn.r.rogers.civ@mail.mil, maria.d.cachola.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
20180314_DRAFT_ANC_VOS_ PWS SOURCES SOUGHT / MARKET RESEARCH & INDUSTRY DAY FOR ARLINGTON NATIONAL CEMETERY VISITOR OPERATIONS SERVICES A. INTRODUCTION The Mission Installation Contracting Command at Fort Sam Houston, TX 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 for Visitor Operation Services at Arlington National Cemetery. The intention is to procure these services on a competitive basis. B. INDUSTRY DAY (a) Arlington National Cemetery will host Industry Day, at 1 Memorial Avenue, Arlington, VA 22211 at 9:00 a.m. EST on 6 April 2018. All interested offerors may attend with a limit of two (2) attendees per offeror/team. The government may or may not hold another Industry Day or Site Visit during the solicitation period. (b) To gain access to Industry Day, please provide the following information no later than 2 April 2018, 5pm CDT, via email to Dawn Rogers, dawn.r.rogers.civ@mail.mil and Maria Cachola, maria.d.cachola.civ@mail.mil with Subject Line Reference: "W9124J-18-R-0010, Registration for Industry Day for ANC Visitor Operations Services." -Business Name or Team Name, and Business Address -Attendee(s) Name(s), Phone Number(s), and Email Address(es) -Vehicle information (Make, Model, Color), if available (c) All attendees must possess a valid photo ID or valid photo driver's license. All drivers must provide a valid photo driver's license, current vehicle registration, and current proof of vehicle insurance. There will be no cameras allowed. Cell phones with cameras are allowed, but no pictures may be taken. Failure to attend the Industry Day will not disqualify an offeror; however, the offeror acts at their own risk as another opportunity to attend may not be available in the future. In no event will a failure to attend Industry Day constitute grounds for a claim during the solicitation phase or after award of the contract. Attendance costs will not be reimbursed by the government. C. MARKET RESEARCH BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE, 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. D. PLACE OF PERFORMANCE Arlington National Cemetery, Washington, DC. E. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" 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 TRAVEL COSTS OR 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 REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (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. 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/MARKET RESEARCH & INDUSTRY DAY." F. BACKGROUND Arlington National Cemetery (ANC) is our Nation's most sacred shrine and iconic resting place for those who have made a significant sacrifice and commitment to the defense of our country in the Armed Services. ANC is open every day of the year, including holidays. ANC receives over three million visitors per year, including visits from the President of the United States, other heads of state, family members of the deceased, and millions of tourists from around the world. Visitation trends vary widely and are impacted by a variety of factors, including, but not limited to: inclement weather, the time of day, day of the week, occurrence of special events or holidays, etc. Approximately 7,000 funerals are conducted annually, in addition to over 3,000 other ceremonies such as commemorations, wreath ceremonies, and head-of-state visits. The successful performance of the requirements of this contract is essential to ANC's ability to conduct its primary mission (conducting funeral services), support other ceremonies and special events, and manage all aspects of visitor operations. G. REQUIRED CAPABILITIES The Contractor shall provide Visitor Operations and Visitor Screening Services at Arlington National Cemetery (ANC) in support of the areas specified in Background (above). a) Visitor screening services are a critical facet of overall visitor operations, and contribute to the security of ANC. The Contractor personnel would be responsible for providing 100% visitor screening of contractors, employees and visitors with the use of x-ray machines, magnetometer and operate Government Furnished Vehicles (Government Furnished Property - GFP), and visual ID checks in accordance with the Performance Work Statement (PWS). Personnel performing these services are not security guards as security services are provided by Government personnel. b) Visitor assistance services support how ANC manages the large volume and diverse types of visitors, ranging from providing information and directions to visitors on the cemetery grounds to assisting with locating the graves of a family member or friend from the Welcome Center Information Desk. c) Traffic control of vehicles and pedestrians contribute to the overall safety of all visitors. Many points of ANC pedestrian and vehicular traffic are within proximity of pedestrian and vehicular areas of Washington, D.C.; the safe passage within these meshed areas are an invaluable objective of overall cemetery operations to ensure all modes of visitor movements get where they need to as safely and quickly as possible. d) The contractor shall provide all personnel, supervision, equipment, materials, transportation, and non-personal services necessary to perform visitor screening, assistance, and traffic control as defined in this DRAFT Performance Work Statement (PWS), except for those items specified as government furnished property and services. The Government will not exercise any supervision or control over the contract service providers performing the service herein. Sub-contract service providers shall be accountable solely to the Contractor who, in turn, is responsible to the Government. e) Further detail is provided in the DRAFT PWS attached to this announcement (Attachment 1). H. ELIGIBILITY The applicable NAICS code for this requirement is 561210 with a Small Business Size Standard of $38,500,000. The Product Service Code is R799. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. This documentation must address at a minimum the following items: 1.) Potential respondents shall provide their current/proposed company profile and identify how their current/proposed staffing and organizational capabilities would enhance and fulfill the Visitor Operations objectives as described in the consolidated DRAFT PWS. 2.) Provide company name, address, website address, name of primary point of contact (POC), email address of POC, business size, socioeconomic category (if any), Cage Code, DUNS and primary NAICS. 3.) What type of work has your company performed in the past in support of the same or similar requirement? 4.) Currently, the services are performed by two small businesses under two separate Contracts: W91QV1-14-C-0154 for Visitors Assistance Services was awarded as a Service-Disabled Veteran-Owned Small Business set aside; and W91QV1-16-P-0227 for Visitors Screening Services was awarded as a Hubzone Small Business set aside. The Government anticipates consolidating, IAW 10 U.S.C. 2382, FAR 7.107-2, DFARS 207.170 and AFARS 5107.170, these two requirements and would like feedback as to why this is or is not a best procurement approach. To best facilitate competition, identify how the Government can best structure this requirement. Identify any conditions or actions that may have the effect of unnecessarily restricting competition with respect to this acquisition. 5.) Potential respondents are encouraged to recommend and provide adequate details to support alternate NAICS to accomplish PWS. 6.) Potential respondents shall describe their current/proposed partnering financial structure to ensure contract success in accordance with the draft PWS. Please state whether you are interested in competing as a Prime for this requirement. If significant subcontracting or teaming is anticipated in order to satisfy the needs of the Government, organizations should address the administrative and management structure of such arrangements. 7.) Describe in detail how designating this requirement as set-aside (specify) or unrestricted would be in the best interest of the Government. 8.) 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 210-466-2269, 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. 9.) The estimated period of performance consists of a base year and four (4) options with performance commencing on or about 30 September 2018 (date is subject to change at the Government's discretion). 10.) The Government will evaluate market information to ascertain potential market capacity to perform services consistent, in scope and scale, with those described in the DRAFT PWS. 11.) Identify any Federal contracts within the last 3 years in which the contractor as a prime or subcontractor was required to adhere to FAR clause 52.245-1, specifically paragraph (b)1. I. QUESTIONS AND RESPONSES DUE DATE AND TIME a) Questions and Responses to this Sources Sought / Market Research shall be submitted via email to Dawn Rogers, dawn.r.rogers.civ@mail.mil and Maria Cachola, maria.d.cachola.civ@mail.mil by the date/time listed below. (1) Questions may be submitted by 5:00 p.m. CDT, 10 April 2018. The subject line shall read: "Questions for ANC Visitor Operations Services, W9124J-18-R-0010." (2) Responses for this sources sought/market research are due not later than 5:00 p.m. CDT, 16 April 2018. The subject line shall read: "Response to ANC Visitor Operations Services, W9124J-18-R-0010." All responses shall be submitted in either Microsoft Word or Portable Document Format (PDF) format, and shall not exceed 20 pages total.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/528076db8cc7e8b41fef040e00971920)
 
Place of Performance
Address: Arlington National Cemetery, 1 Memorial Avenue, Arlington, Virginia, 22211, United States
Zip Code: 22211
 
Record
SN04854472-W 20180316/180314231513-528076db8cc7e8b41fef040e00971920 (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.