Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2023 SAM #7949
SOURCES SOUGHT

Z -- Maritime Traffic Coordination Center (MTCC) O&M Services

Notice Date
8/31/2023 6:13:08 PM
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER24R0001
 
Response Due
9/15/2023 7:00:00 AM
 
Archive Date
09/30/2023
 
Point of Contact
Craig Carroll, Phone: (540) 665-6554, Peter Smith, Phone: (540) 542-6620
 
E-Mail Address
craig.l.carroll@usace.army.mil, peter.s.smith@usace.army.mil
(craig.l.carroll@usace.army.mil, peter.s.smith@usace.army.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � SOURCES SOUGHT NOTICE � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � W912ER24R0001 INTRODUCTION The U.S. Army Corps of Engineers (USACE) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for completion of critical and specialized operations and maintenance (O&M) services for the Maritime Traffic Coordination Center (MTCC) to ensure full mission capability in the harsh offshore marine environment for the Kuwait Naval Force (KNF). The intention is to acquire these services on the basis of full and option competition. 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 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. 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 INFORMATION PERTAINING TO THIS REQUIREMENT. PROGRAM BACKGROUND The KNF requires completion of critical and specialized O&M services for the MTCC platform to ensure full mission capability in the harsh offshore marine environment. Providing these services will help to maintain functional reliability, extend the useful life of the platform(s), and allow KNF crews to focus on primary operational responsibilities. REQUIRED CAPABILITIES The Contractor shall provide completion of critical and specialized O&M services for the MTCC to ensure full mission capability in the harsh offshore marine environment for the KNF in support of the areas specified in Program Background paragraph (above). Further detail is provided in the Scope of Requirement (SOR) attached to this announcement. If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, physical address, email address, website 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. 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. ELIGIBILITY The applicable NAICS code for this requirement is 561790 - Other Services to Buildings and Dwellings, with a Small Business Size Standard of $9,000,000.00. The Product Service Code is Z1JZ. 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 The SOR and Capabilities Statement are attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font, not less than a 10 pitch font size. The deadline for response to this request is no later than 10am, ET on 15 September 2023. All responses for this Sources Sought Notice must be e-mailed to Craig.L.Carroll@usace.army.mil and Peter.S.Smith@usace.army.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 to ensure capability of performing the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime contractor 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 the SOR 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, UEI 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 company�s ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a 12-month base period and four 12-month option periods. The contract type is anticipated to be a Firm Fixed Price (FFP) contract using Full and Open Competition. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Craig L. Carroll, and Contracting Officer, Peter S. Smith in either Microsoft Word or Portable Document Format (PDF), via email Craig.L.Carroll@usace.army.mil and Peter.S.Smith@usace.army.mil. All data received in response to this Sources Sought Notice 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 Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f04835a9a314d0dafcb1af1d82dc1d8/view)
 
Place of Performance
Address: KWT
Country: KWT
 
Record
SN06815956-F 20230902/230831230107 (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.