SOURCES SOUGHT
R -- REQUEST FOR INFORMATION - Performance Work Statement
- Notice Date
- 12/30/2015
- Notice Type
- Sources Sought
- NAICS
- 488119
— Other Airport Operations
- Contracting Office
- Department of the Army, National Guard Bureau, National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 111 South George Mason Drive, Building 2, 4th Floor, Arlington, Virginia, 22204-1382, United States
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L-16-R-TES6
- Archive Date
- 2/29/2016
- Point of Contact
- Brian J. Burton, Phone: 7036071127
- E-Mail Address
-
brian.j.burton.mil@mail.mil
(brian.j.burton.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) W9133L-16-R-TES6 (formal solicitation may be issued at a later time) The United States Army National Guard Operational Contracting Branch, NGB-AQ, is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing Airfield Sustainment Support for multiple locations within the United States in accordance with Department of Defense standards and applicable local, state, and Federal laws. This requirement is a follow-on effort to an existing requirement under contract W9133L-11-F-0100, which ends on 7 April 2016. A Draft Requirements Document is attached. TECHNICAL REQUIREMENTS The Draft Requirements Document has all of the information listed in regards to the technical requirements for this project. As a reminder, these are drafts and estimates which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 488119 -Other Airport Operations, with a size standard of $32.5M. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. The Army National Guard anticipates an acquisition for a Firm Fixed Price contract for one base year and four option years. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program. INSTRUCTIONS: 1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed via email to CPT Brian Burton, NGB-AQ, at brian.j.burton.mil@mail.mil. CONTRACTOR CAPABILITY SURVEY: Part I. Business Information: Please provide the following business information for your firm: § Company/Institute Name: § Address: § Point of Contact: § CAGE Code: § Phone Number: § Email Address: § Web Page URL: Based on North American Industry Classification System (NAICS) code 488119, size standard of $32.5M, please circle Yes or No as to whether your company is: § Small Business (Yes / No) Self-Certified or Third Party Certified § Small Disadvantaged Business (Yes / No) Self-Certified or Third Party Certified § 8(a) Certified (Yes / No) Self-Certified or Third Party Certified § HUBZone Certified (Yes / No) Self-Certified or Third Party Certified § Veteran-Owned Small Business (Yes / No) Self-Certified or Third Party Certified § Service-Disabled Veteran-Owned Small Business(Yes / No) Self-Certified or Third Party Certified § Women-Owned (WO) (Yes / No) Self-Certified or Third Party Certified § Economically Disadvantaged Women-Owned Small Business (Yes / No) Self-Certified or Third Party Certified § Please indicate if your company has experience providing Airport Sustainment for either Military, Federal, or Private Airfields. § Please provide recent sales history to commercial companies in order to determine commerciality. Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Attention All potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. Part II. Capability Survey Questions: 1. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 2. Are there specific requirements in the documentation that we provided that would currently preclude your service from being a viable solution to our requirement? 3. Are there established market prices for our requirement? If you offer this service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. CAPABILITIES PACKAGE: All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Responses are limited to 5 pages and may be submitted electronically to the following email address: brian.j.burton.mil@mail.mil in a Microsoft Word compatible format to be received no later than 10:00 am, EST, Friday, January 29th 2016. Direct all questions concerning this acquisition to CPT Brian Burton at brian.j.burton.mil@mail.mil or at (703) 607-1127. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Source Sought-Airfield Sustainment." Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-16-R-TES6 /listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03980314-W 20160101/151230234151-30e042eb4e8550d3d21693bfa74258f0 (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 |