Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 18, 2021 SAM #7049
SOURCES SOUGHT

R -- BRAC PM & LSIA

Notice Date
3/16/2021 5:49:26 AM
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-21-R-0023
 
Response Due
3/26/2021 11:00:00 AM
 
Archive Date
04/10/2021
 
Point of Contact
Benjamin Guerrero, Phone: 210-466-2199, Salameya Paulouskaya, Phone: 210-466-2275
 
E-Mail Address
benjamin.guerrero.civ@mail.mil, salameya.paulouskaya2.civ@mail.mil
(benjamin.guerrero.civ@mail.mil, salameya.paulouskaya2.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTICE Base Realignment and Closure Program Management for Large Scale Infrastructure Analysis (BRAC PM LSIA ) � � NOTICE TYPE: This Sources Sought Synopsis (SSS) is for professional services in program management, technical and policy advice, recommendations, and support with proven experience and expertise in Base Realignment and Closure (BRAC) actions. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston Contracting Center (MICC-FSH) for market research in accordance with Federal Acquisition Regulation (FAR) Part 10 - Market Research, and will not be disclosed outside of the organization. This notice 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. Response to this SSS does not guarantee or exclude your participation in the forthcoming acquisition process.�� Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. All submissions will become Government property and will not be returned. The U.S. Army requires information to determine the availability of resources to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to maintain and provide functionality for the Base Realignment and Closure Program Management for Large Scale Infrastructure Analysis (BRAC PM LSIA). The process was legislatively mandated under the BRAC Act of 1990. The BRAC process is intended to identify excess DoD real property and realign resources to allow the DoD the ability to focus available resources on the right number of installations that will fully support mission requirements. Congress initiated the first round of BRAC in 1988, and subsequent BRACs occurred in 1991, 1993, 1995, and 2005. The Government seeks to update and maintain the BRAC PM LSIA, except for those items specified as government furnished property and services. It is the responsibility of potential offerors to be responsible for performing all operation and maintenance functions to support the BRAC PM. The potential offerors will also enhance, maintain and update the BRAC public website. The information received from this SSS will be used by the Government as a preliminary planning tool for the purposes of obtaining information regarding the availability and capability of qualified businesses under the North American Industry Classification System (NAICS) Code 541618, Other Management Consulting Services. Management services can be conducted off-site at contractor's location. The associated size standard is $16.5 Million as measured by total revenues. The anticipated period of performance is one Base Year of 12 months and four (4) 12-month option years. .� In your opinion, does this NAICS code� 541618 fit this requirement?� If not, which NAICS code would you suggest and why? SUBCONTRACTING PLAN: Whether your firm is interested in competing for this requirement as a prime contractor.� If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company�s specific experience in providing this type of service or comparable services.� Ensure the information is in sufficient detail regarding previous experience in managing this type of service (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided �(e.g. staffing support, consulting, program management, etc.) and any other relevant information you deem applicable).� If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.���� What percentage of work was �performed by the small business prime contractor and all similarly situated entity subcontractors?� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2020-O0008): �Similarly situated entity,� as used in this clause, means a first-tier subcontractor, including an independent contractor, that� (1)� Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2)� Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. EXISTING CONTRACT: The U.S. Army currently contracts for BRAC PM Services. The current contract was awarded �as the IDIQ �W9124J-19-D-0004 with three (3) Ordering Periods, with period of performance� 1 January 2019 � 31 January 2021 In order to determine if sources capable of satisfying the agency need exists, the Government will consider all�� SSS responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. Responses to this SSS permit the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for the small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). Small businesses, in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions that may limit small businesses from participation. SUBMITTAL INFORMATION: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work identified in the PWS 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. Information in sufficient detail regarding previous experience on similar requirements to include contract�� number, organization supported, indication of whether as a prime contractor or subcontractor, contract value, point of contact with current phone number. Briefly identify how the referenced contract relates to the services described for this requirement. If applicable, identify any unique characteristics or alternative solutions to the performance of work. 3. Identify how the Army can best structure this requirement to facilitate competition by and among small business concerns. 4. 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 Sources Sought notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. YOUR RESPONSE TO THE SYNOPSIS: The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached draft performance work statement (PWS). The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format. Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 � 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 in the attached PWS. All responses shall be received no later than 26 March 2021 at 1:00 pm CT. Please respond via electronic mail (e-mail) to the Contracting Officer, Salameya Paulouskaya, and Contract Specialist, Benjamin Guerrero, at the following: Salameya.paulouskaya2.civ@mail.mil and benjamin.guerrero.civ@mail.mil . All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialist. In all responses, please reference W9124J-21-R -0023 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. Primary Point of Contact: Benjamin Guerrero - Contract Specialist Email: Benjamin.guerrero.civ@mail.mil� Secondary Point of Contact: Salameya Paulouskaya - Contracting Officer Email: Salameya.paulouskaya2.civ@mail.mil Contracting Office Address: 2205 Infantry Post Road, Bldg. 605 Fort Sam Houston, Texas 78234-1361 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/423682ee7b4f481ab24c225aff2a6e38/view)
 
Place of Performance
Address: Washington, DC 20310-2600, USA
Zip Code: 20310-2600
Country: USA
 
Record
SN05944743-F 20210318/210316230123 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.