SOURCES SOUGHT
S -- Base Operations Support Services - Fort Wainwright, Alaska
- Notice Date
- 7/16/2021 1:52:01 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- 0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN-21-R-0023
- Response Due
- 7/26/2021 3:00:00 PM
- Archive Date
- 05/22/2022
- Point of Contact
- Ryan Brown, Phone: 808-656-0971
- E-Mail Address
-
ryan.m.brown78.civ@mail.mil
(ryan.m.brown78.civ@mail.mil)
- Description
- Sources Sought Base Operations Support (BOS) � Fort Wainwright, Alaska & Surrounding Area of Responsibility (AOR) **LARGE BUSINESSES DO NOT NEED TO RESPOND TO THIS NOTICE** **ALL INTERESTED PARTIES (LARGE AND SMALL BUSINESSES) ARE WELCOME TO PROVIDE FEEDBACK, QUESTIONS, AND CONCERNS** Purpose: This Sources Sought is issued for the purpose of assessing Small Business capabilities, and to provide an opportunity for all interested parties (small and large businesses) to provide feedback, questions, or concerns. Small Business firms having the capabilities to perform the tasking described in this Sources Sought are encouraged to respond. It should be noted that any resultant set-aside contract or task order for services (except construction) will include the applicable limitations on subcontracting clause. If responding using similarly situated entities (SSEs), as defined in Class Deviation 2020-O0008, Revision 2 entitled �Limitations on Subcontracting for Small Business,� the small business prime will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not SSEs.1 See FAR Clauses: 52.219-14 -- Limitations on Subcontracting. (DEVIATION 2020-O0008 Revision 2); 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (DEVIATION 2020-O0008 Revision 2); 52.219-3 � Notice of HUBZone Set-Aside or Sole Source Award (DEVIATION 2020-O0008 Revision 2); 52.219-29 � Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (DEVIATION 2020-O0008 Revision 2); 52.219-30 � Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (DEVIATION 2020-O0008 Revision 2). Note: The respondent (prime) proposing an SSE arrangement will need to have the infrastructure and resources in place to manage the entire contract and/or task order(s). Request for Information Limitations THIS IS A SOURCES SOUGHT ONLY. This Sources Sought is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government will not formally evaluate or provide feedback to responses received for this Sources Sought. Responses to this Sources Sought are not offers and do not commit the Government to a contract. At this time, the Government is not seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs incurred or associated with responding to this Sources Sought will be solely at the respondent�s expense. Not responding to this Sources Sought does not preclude participation in any future effort related to this Sources Sought, should it occur. The information provided in response to this sources sought may be used by the 413th Contracting Support Brigade (CSB), Regional Contracting Office - Hawaii (RCO-HI), in developing its acquisition approach and requirement parameters. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Overview �Scope of Effort: The 413th Regional Contracting Office (RCO), Hawaii is conducting research and seeking information from industry regarding their comprehensive capability with regards to Base Operations Support (BOS) Services. The contractor will be tasked to accomplish the work as specified in Attachment 1, Performance Work Statement (PWS). This work includes but is not limited to Solid Waste Management, Grounds Maintenance, Pavement Clearance, Facility Maintenance (HVAC, Plumbing, Roofing, Elevator Maintenance, Swimming Pool Servicing, Paved and Unpaved Surfaced Areas), Wastewater, Pest Management, etc. Background: Fort Wainwright is located in Alaska, in the city of Fairbanks and consists of approximately 13,423 acres and 628 buildings. Fort Wainwright was established in 1939 as U.S. Army Air Corps Ladd Field. It was transferred to the Air Force in 1947 as Ladd Air Force Base before finally becoming the Army's Fort Wainwright in 1961. The Fort Wainwright AOR includes the Donnelly Training Area (674,128 acres), The Black Rapid Training Site (3,807 acres), The Yukon Training Area (266,891 acres), The Manchu Range and Impact Area (35.5 acres), The Digital Multipurpose Training Range, and The Seward Military Resort. The Department of Public Works (DPW) oversees all aspects of base operations support. The Government anticipates this effort to be a Firm Fixed Price (FFP) contract with a one-year base and three, one-year option periods. This is a follow-on contract for contract number W912D0-18-D-0008 and the incumbent contractor is Bering Straits Technical Services, LLC. The current contract expires 31 Aug 2022. The Service Contract Act applies to this effort. The applicable North American Industry Classification System (NAICS) code is 561210 with a size standard of $41.5M. REQUESTED INFORMATION The 413th RCO is seeking capability statements that address the full suite of services in the PWS and its attachments in the Fort Wainwright, AK area. Each capability statement shall include the following information: Company Information: a. Company name, address, two points of contact to include phone and email. b. Cage Code & DUNS Number. c. Type of small business (e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business) as situated under the NAICS Code represented in paragraph 3.5. The contractor�s capability to accomplish the tasking as specified in Attachment 1, Performance Work Statement (PWS) � Draft (and all supplements). Affirmation of a presence near Fort Wainwright, AK and the full AOR (Yukon Training Area, Donnelly Training Area, Black Rapids Training Area, & Seward Military Recreation Area) or ability to maintain a presence in that area. Utilizing the format and instructions provided in the Reference Information Sheet, Attachment 2, Respondents (including SSE(s) or JV members) shall submit at least one, but no more than three citations (prime and SSE(s) or JV combined), for current and relevant experience as it relates to the work described in Attachment 1, PWS and its corresponding supplements in the following key areas: Facilities Maintenance, (Including plumbing, heating, cooling, electrical, structural). Paved and Unpaved Surface Maintenance, (Paved-Including crack sealing, pot hole repair, paint striping, road sweeping, etc.� Unpaved-grading, compacting and shoulder maintenance). Snow Removal, (Including all roads, parking lots and airfield snow clearing). Grounds Maintenance. Pest Control. Refuse Collection (Including trash collection and dumpster repair). C. SUBMISSION: 1. Submissions shall be in Adobe PDF or Microsoft Word format. Each submission shall not exceed 8 single-side pages in total, inclusive of Attachment 2 � Reference Information Sheet forms (up to 3 pages) and the Company Information. Illustrations such as tables, flowcharts, organizational charts, process charts or other similar type informational charts may be used, and they will be counted against the page count limitations. Standard company brochures will not be reviewed. Questions, Feedback, Concerns are not included in the page limit. 2. Responses and any questions to this Sources Sought shall be submitted via email to Ryan Brown at: ryan.m.brown78.civ@mail.mil. Use reference No. �W912CN-21-R-0023 � Sources Sought Response � CTR Name� in the subject line when responding to this Market Survey. The closing date for this Sources Sought is: 22 July 2021 The closing time for this Sources Sought is: 12:00pm Hawaii Standard Time
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/701f43034cb74f1b996ce6c52a8caab6/view)
- Place of Performance
- Address: Fort Wainwright, AK 99703, USA
- Zip Code: 99703
- Country: USA
- Record
- SN06064813-F 20210718/210716230116 (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 |