Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2020 SAM #6938
SOURCES SOUGHT

V -- Packing, Containerization and Local Drayage of Direct Procurement Method (DPM)Personal Property Shipments - Fort Lee, VA

Notice Date
11/25/2020 4:41:41 AM
 
Notice Type
Sources Sought
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
W6QM MICC FT LEE FORT LEE VA 23801-1606 USA
 
ZIP Code
23801-1606
 
Solicitation Number
PANMCC-21-P-0000000801
 
Response Due
12/9/2020 7:00:00 AM
 
Archive Date
12/24/2020
 
Point of Contact
Ronda Wilson, Lisa Steed
 
E-Mail Address
ronda.d.wilson2.civ@mail.mil, lisa.m.steed.civ@mail.mil
(ronda.d.wilson2.civ@mail.mil, lisa.m.steed.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION The Mission and Installation Contracting Command (MICC) � Fort Lee 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 for the preparation of the personal property (including servicing of appliances) of Department of Defense (DoD) personnel for shipment, drayage and/or storage and related services through the DPM � Fort Lee, VA. 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. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at the U.S. Army Garrison Fort Lee located in Prince George County, Virginia. 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 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 Fort Lee serves as the focal point for Army Logistics and provides support to U.S. Army Joint and Coalition operations around the world. It is home of the Combined Arms Support Command, U.S. Army Garrison, Army Logistics College, Ordnance School, Quartermaster Center and School, and the headquarters for the Defense Commissary Agency. The Department of Public Works (DPW), is responsible for the refuse / recycle collection at USAG Fort Lee. Fort Lee is located in Virginia, Prince George County, Fort Lee and consists of approximately 5,907 acres and 475 buildings. The population base consists of approximately 22,747 military, Government civilian, and Contactor personnel, as well as 5,439 resident family members REQUIRED CAPABILITIES The Contractor shall provide all personnel, equipment, facilities, supplies, services and material except as specified herein as government furnished, for the preparation of the personal property of Department of Defense (DoD) personnel for shipment, storage and related services through the Direct Procurement Method (DPM). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachments 1 through G7). 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, number of employees and revenue for the last three years; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; 3) Relevant past performance not dating back further than three years. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 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 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: See Attachment 1: Draft PWS for special security requirements. ELIGIBILITY The applicable NAICS code for this requirement is 484210, �Used Household and office Goods Moving,� with a Small Business Size Standard of $30,000,000.00. The Product Service Code is V112, Other Transportation Travel and Relocation Services. All interested parties must accurately reflect their size and socio-economic status. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachment 1). Draft technical exhibits and other important documents are attached for review (Attachments G1 through G7) 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 3:00 p.m., EST, 03 December 2020. All responses under this Sources Sought Notice must be emailed to Lisa M. Steed, Contract Specialist (CS) at lisa.m.steed.civ@mail.mil, and Ronda D. Wilson, Contracting Officer (KO) at ronda.d.wilson2.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 relevant past experience. 3.) Has your company managed a team of subcontractors before? If so, provide the 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 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 PWS 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 (PoP) consists of a Base year with four option periods with performance commencing in April 1, 2021 (Phase-In). Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. 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, Lisa M. Steed, and the Contracting Officer Ronda D. Wilson in either Microsoft Word or Portable Document Format (PDF), via email lisa.m.steed.civ@mail.mil and ronda.d.wilson2.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 and Contracting Officer 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3208431c043a4d158915565caa8de5c7/view)
 
Place of Performance
Address: Fort Lee, VA 23801, USA
Zip Code: 23801
Country: USA
 
Record
SN05861492-F 20201127/201125230139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.