Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2019 FBO #6358
SOURCES SOUGHT

R -- Crisis Intervention Shelter

Notice Date
4/19/2019
 
Notice Type
Synopsis
 
NAICS
624221 — Temporary Shelters
 
Contracting Office
36000 Darnall Loop, Room 1300B Fort Hood TX 76544-5095
 
ZIP Code
76544-5095
 
Solicitation Number
W9115119Q0043
 
Point of Contact
Aheisha Crooks, Contract Specialist, - Madge A. Lewis, Contract Specialist
 
E-Mail Address
aheisha.m.crooks.civ@mail.mil, madge.a.lewis2.civ@mail.mil
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Crisis Intervention Shelter INTRODUCTION The U.S. Army Fort Hood Family Advocacy Program (FAP), Mission Installation Contracting Command and Fort Hood, Texas, 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 Crisis Intervention shelter services. 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. All Small Business Set-Aside categories will be considered. Be advised that the U.S. Government may not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location On-Site Government Off-Site Contractor Killeen/Copperas Cove/Harker Heights metropolitan area N/A 100% 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 PREPARATION OF RESPONSES TO THIS Version - July 2015 ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES 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." PROGRAM BACKGROUND The Fort Hood Family Advocacy Program/ Army Community Services, is designated as the Crisis Intervention shelter services consist of providing temporary residential shelter; and counseling for active duty military personnel and/or their family members of active duty personnel, who are victims of family abuse. REQUIRED CAPABILITIES The Contractor shall provide a Crisis Intervention Shelter, consisting of a temporary residential shelter and crisis intervention counseling for active duty military personnel and/or Family members of active duty personnel who are victims of family violence, both male and female victims. The contractor shall provide all necessary personnel, services, and supplies to accomplish the requirements specified in Part C-5 Performance Based Work Statement (PBWS). Further detail is provided in the draft PBWS attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that Version - July 2015 includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Service Contract Act ELIGIBILITY The applicable NAICS code for this requirement is 624221- "Temporary Shelter" with a Small Business Size Standard of $11.0 M. The Product Service Code is 6910. 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 Based Statement of Work (PBSOW) and draft Performance Requirements Summary (PRS) attached for review. (Attachment 2) 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, 23 April 2019. All responses under this Sources Sought Notice must be e-mailed to aheisha.m.crooks.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 requirement? 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 Version - July 2015 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 PBSOW 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 a Small, 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 base year plus 4 option with performance commencing in September 2019. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be firm fixed price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. 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, Aheisha Crooks, in either Microsoft Word or Portable Document Format (PDF), via email aheisha.m.crooks.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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/f54f204adeb9c823b44c956726f462ea)
 
Record
SN05287439-F 20190421/190419230021 (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.