SOURCES SOUGHT
M -- Request For Information/Sources Sought
- Notice Date
- 9/1/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- MICC - Fort Rucker, Directorate of Contracting, Novosel Street, Bldg 5700, Rm 380, Fort Rucker, AL 36362-5000
- ZIP Code
- 36362-5000
- Solicitation Number
- W9124G11RBASE
- Response Due
- 10/3/2011
- Archive Date
- 12/2/2011
- Point of Contact
- Latosha McCoy, 3342553760
- E-Mail Address
-
MICC - Fort Rucker
(latosha.mccoy@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought announcement ONLY, and is not intent to procure. A solicitation is not available at this time, and any requests for solicitation will not receive a response. Fort Rucker Mission Installation Contracting Command - Installation Contracting Office is conducting market research to determine the availability of firms who can provide Public Works Base Operation Support for Fort Rucker. It is the Governments intent to consider awarding all or part of this acquisition under the authority of the Small Business Program (see FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. The responding firm should indicate its ability to meet the requirements of FAR 52.219-14(b) (1). If a single firm lacks the necessary capacity or capability to perform the contract on its own, a joint venture arrangement in accordance with the CFR references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed and found to be in accordance with federal regulations. The rules governing the 8(a) Program teaming arrangements/joint ventures are described in the Code of Federal Regulations at 13 CFR 124.513. The rules governing the HUBZone Program teaming arrangements/joint ventures are described in 13 CFR 126.616. Finally, the rules governing the Service-Disabled Veteran-Owned Program teaming arrangements/joint ventures are described in FAR 19.1403 (c) and 13 CFR 125.15(b). You may obtain these regulations at the following websites: 1) Code of Federal Regulations - http://www.gpoaccess.gov/cfr/index.html and 2) Federal Acquisition Regulation - http://www.arnet.gov/far/. The services anticipated for this effort may include, but not be limited to the following functions: Buildings and Structures Maintenance Utility Systems and Propane Peaking Plant Operation and Maintenance HVAC Systems Operation and Maintenance Grounds Maintenance Surfaced Area Maintenance Pest Management Self-Help Services Directorate of Public Works (DPW) Supply Services Responses to this Sources Sought Notice shall be submitted as follows, anything not in compliance will not be reviewed. Response are due Acknowledgement of receipt will not be made. One Microsoft Word document shall be emailed to: Latosha.mccoy@us.army.mil, and Tony.i.Robertson@us.army.mil The Word document shall not exceed 15 pages total, and not exceed 5MB in size. Responses are due no later than 5:00 p.m., CST, October 3, 2011. The Word document shall provide the responses to the nine (9) questions below: 1. Vendors name, address, point of contact, phone number, email address, CAGE Code, business size, 8(a) status, HubZone status, Service Disabled Veteran Owned (SDVO) status, if applicable. 2. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA 8(a), HUBZone, or SDVO joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements 3. A Draft Performance Work Statement (DPWS) is attached for your information. Each potential source shall give a brief description of their ability to satisfy the requirements identified above. 4. Provide the contract number(s), dollar value(s) and brief description of previous work (within the past 3 years) or work currently being performed, which specifically demonstrates the Contractor's ability to successfully satisfy the requirements identified in the DPWS. Vendors shall also provide point of contact information (name, telephone number, email address) where available for the efforts cited above. 5. Other than 561210, if your company recommends a different NAICS code as more appropriate for the services described herein, please identify that code and include the rationale for your recommendation. 6. Contract Type: Contract Type: Firm-fixed price business arrangements are preferable to the Government. The Government anticipates a firm-fixed price business arrangement, or a hybrid business arrangement firm-fix pricing as many functional elements as practicable. Based on the draft DPWS and workload history provided with this RFI, is there sufficient workload data to successfully firm-fix price this requirement in its entirety? If not, please identify those areas (by functional element) in which there are sufficient workload data to firm-fix price. For those areas in which there is not sufficient data, please identify what, if any, additional data may be provided to firm-fix price those areas. 7. What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would your organization minimize these risks? Please include your rationale. 8. Are the functional areas identified within the DPWS customarily performed in the commercial marketplace using standard commercial practices, or are these services performed exclusively for government purposes? 9. Please address any areas within the DPWS where you believe greater efficiencies can be achieved and include your rationale. The Government does not intend to award a contract on the basis of this request for information/sources sought or to otherwise pay for the information solicited. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/adb8b23592396a395066365ba7f5faa8)
- Place of Performance
- Address: MICC - Fort Rucker Installation Contracting Office, Novosel Street, Bldg 5700, Rm 380 Fort Rucker AL
- Zip Code: 36362-5000
- Zip Code: 36362-5000
- Record
- SN02560229-W 20110903/110902103551-adb8b23592396a395066365ba7f5faa8 (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 |