Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2014 FBO #4771
SOURCES SOUGHT

M -- RRMC Base Operations Services (BOS) - Performance Work Statement

Notice Date
12/15/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ0034-15-R-0006
 
Archive Date
1/23/2015
 
Point of Contact
Robert E Wilson, Phone: 7035453351
 
E-Mail Address
robert.e.wilson130.civ@mail.mil
(robert.e.wilson130.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Attachment is draft PWS. Please provide feedback or comments. The Washington Headquarters Services/Acquisition Directorate is conducting market research to assess industry capabilities for providing Base Operations Support (BOS) Services (as required in the attached Sources Sought Response Form, Performance Work Statement titled -"Base Operations Support (BOS) Services Raven Rock Mountain Complex (RRMC) Site R and Site C") and: (1) the availability and capability of qualified certified 8(a) small businesses for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. The requirement will utilize NAICS code (561210- Facilities Support Services) A detailed description of the Government's requirement is listed below as well as attached supporting documentation. All interested parties with capabilities to successfully perform the Government's requirement are encouraged to complete and submit the attached response form. SYNOPSIS: Base Operations Support (BOS) Services Raven Rock Mountain Complex (RRMC) Site R and Site C. GENERAL The purpose of this Sources Sought request is to solicit information from certified 8(a) contractors capable of providing base operations and support services (i.e. custodial, dining facility operations, logistics, and transportation). The project area is located in Adams County PA and requires a facilities security clearance to work onsite. The work includes all labor, equipment, supplies, and materials necessary to perform the required services to provide base operations and support services on a daily basis. SITE LOCATION AND AREA The area of work is located near the city Fairfield in Adams County PA. SUMMARY PROJECT DESCRIPTION The Contractor will be expected to • Provide onsite program management and oversight for contractor employees • Provide custodial support services for daily and occasional use areas • Provide full service dining facility services for breakfast, lunch and other special occasions • Provide logistics support i.e. material handling, supply and inventory, excess materials and other similar services • Provide transportation services to include vehicle dispatch and provide drivers for shuttle buses, mail pick-up and delivery, supply pick-up, lab transport and forklifts (1) Sources Sought Questions: Contractors are expected to provide details outlining your company's project experience concerning the following questions: 1. Is your company currently enrolled in the SBA 8(a) small business program and will your company be enrolled and eligible to receive consideration for an award under the 8(a) program throughout calendar year 2015? 2. Do you have the capability to provide base operations and support services as required by the Performance Work Statement (PWS)? What experience, if any, do you have in providing the necessary equipment and a potential work force to perform this type of contract? 3. Minimum staff turnover is critical to the success of this requirement. What is the turnover rate over the past 5 years for your company and how does your staff manage turnover? 4. Does your company have a current facility clearance? If so what level is the facilities clearance? 5. Does your company have the ability to provide and maintain employees with a minimum of DoD secret security clearances? 6. What experience, if any, do you have providing the following types of services? I. Onsite Program Management II. Custodial Services III. Dining Facility Operations IV. Logistics Support Services V. Transportation Services *Responses should address each question and provide relevant information that demonstrates how the firm's recent past performance (last 3-5 years) is relevant to the work. Projects listed should include the dollar value, period of performance, size and scope of the firm's prior contracts. Firms need to include their business address, point of contact, cage code, duns number and if the company is a certified 8(a) small business. Required format: There is a maximum page limitation of 5 typed pages that are single spaced using 12 inch Times New Roman font within an 8.5 by 11 inches page size. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered*. *Responses to the Sources Sought Questions will be placed on the Sources Sought Announcement Response Form*. This announcement includes the following attachments: (1) Performance Work Statement with applicable CLIN Structure (2) Sources Sought Announcement Response Form Note: Constructive feedback on PWS and CLIN structure is encouraged. Please provide feedback on a separate document and limit your comments to 2 pages. Please E-Mail the completed Sources Sought Announcement Response Form (including answers to the Sources Sought Questions) no later than 8 January 2015, 12pm Eastern Standard Time to robert.e.wilson130.civ@mail.mil. The subject line of the E-Mail should read: SOURCES SOUGHT ANNOUNCEMENT RRMC BOS RESPONSE FORM Questions pertaining to this announcement may be submitted in the following two ways: (1) E-Mail: robert.e.wilson130.civ@mail.mil The subject line in the E-Mail should read: SOURCES SOUGHT RRMC BOS Question. (2) Tel: 703.545.3351 SPECIAL NOTE: This announcement is NOT a Request for Proposals (RFP). The purpose of this sources sought announcement is to conduct market research only IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website (www.FBO.gov). It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, System for Award Management; lack of registration in the System for Award Management (SAM) www.sam.gov will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with The System for Award Management (SAM) www.sam.gov. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this notice or any follow-up information requests is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Attachment 1 Base Operation Services (BOS) Performance Work Statement (PWS) dated:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-15-R-0006/listing.html)
 
Place of Performance
Address: Fairfield, Pennsylvania, 17320, United States
Zip Code: 17320
 
Record
SN03596289-W 20141217/141215234731-48255b737ad67fa80f9bc1dd14af5540 (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 |
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.