SOURCES SOUGHT
R -- IO&T3 - Initial Outfitting & Transition Team 3 - Capabilities Questionnaire - DRAFT PWS
- Notice Date
- 5/17/2018
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE HNC, Huntsville, P. O. Box 1600, Huntsville, Alabama, 35807-4301, United States
- ZIP Code
- 35807-4301
- Solicitation Number
- W912DY18R0047
- Archive Date
- 6/30/2018
- Point of Contact
- Kevin J. Powell, Phone: 2568951572
- E-Mail Address
-
kevin.powell@usace.army.mil
(kevin.powell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT PWS for MARKET RESEARCH Capabilities Questionnaire - MARKET RESEARCH Sources Sought This is a Sources Sought notice that is issued solely for informational and planning purposes and does not constitute a solicitation. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP). The Government is seeking to identify qualified business sources under North American Industry Classification System (NACIS) 541614 (Process, Physical Distribution, and Logistics Consulting Services). The Small Business size standard is $15M. This notice is open for responses from both small and large businesses and responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small businesses. 1. CONTRACT INFORMATION: The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The U.S. Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and award an Indefinite Delivery/ Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) supporting military healthcare construction/renewal projects through the acquisition of services that provide for the transitioning of staff and/or patients and healthcare programs as well as the equipping of facilities to ensure services can meet and support the mission of the Military Health System (MHS). This acquisition will replace the second generation of the Initial Outfitting and Transition (IO&T) Facilities Support Services (FSS) MATOC which will reach the end of its ordering period by FY20. Work requirements will be defined in specific Task Order Performance Work Statements (PWS) under a basic contract PWS. The scope will require the contractors to have the capability to support multiple task orders simultaneously at various geographical locations throughout the contiguous United States and outside the contiguous United States. Services will include, but are not limited to, providing Military Health System (MHS) compatible comprehensive project management; comprehensive interior design development; comprehensive equipment planning; equipment purchasing; transition and relocation planning; receipt, storage and warehousing of new and existing equipment; installation, technical inspection, and training for equipment/systems; and final turnover, close-out and post-occupancy evaluations for identified construction projects. Work associated with the requirements of the contract will be performed in compliance with building codes that are determined applicable at the point of design and/or construction. The Government is performing market research in order to determine sources available that possess the capability to execute the kind of work identified above prior to issuing a request for proposal (RFP). Interested sources should respond to the capabilities questionnaire presented with this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine the small business strategy for this acquisition. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted, full and open competition. To facilitate our market research, Huntsville Center anticipates hosting a Virtual Industry Day for Small and Large Business concerns for the Initial Outfitting and Transition (IO&T) Facilities Support Services (FSS). The Virtual Industry Day date is currently TBD. 2. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Arial or Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will include the Capabilities Questionnaire. This is for Market Research Only...This is NOT a Request for Proposal. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services stated in the DRAFT PWS, PART 5.0, SCOPE OF WORK (both documents attached to this Sources Sought request). Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to: CEHNC-IOT3_Acquisition@usace.army.mil and copy Kevin Powell, Contract Specialist, at kevin.powell@usace.army.mil. Submissions shall be received no later than 1000 hours Central Standard Time - SEVEN (7) DAYS AFTER THE VIRTUAL INDUSTRY DAY IS HELD. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to the Pre-award inbox, CEHNC-IOT3_Acquisition@usace.army.mil, and copy Kevin Powell, Contract Specialist, at kevin.powell@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. SEE ATTACHMENT FOR CAPABILITIES QUESTIONNAIRE SEE ATTACHMENT FOR DRAFT PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY18R0047/listing.html)
- Place of Performance
- Address: The work will require the contractor to have a current capability to respond to multiple requests for work at diverse locations within the contiguous United States (CONUS) as well as sites outside the contiguous United States (OCONUS)., United States
- Record
- SN04926447-W 20180519/180517231002-511571bc40283112369906837c6bfbf1 (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 |