SOURCES SOUGHT
J -- Logistics Readiness SUpport Services for the 63rd Regional Support Command - (Draft)
- Notice Date
- 1/31/2017
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort McCoy, 1108 South R Street, Fort McCoy, Wisconsin, 54656-5142, United States
- ZIP Code
- 54656-5142
- Solicitation Number
- W911SA-16-C-0002-0003
- Archive Date
- 2/24/2017
- Point of Contact
- Laurie A. Ehlinger, Phone: 6083884649
- E-Mail Address
-
laurie.a.ehlinger.civ@mail.mil
(laurie.a.ehlinger.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Workload Estimates Work location Performance Work Statement THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a contract for Logistics Readiness Support Services for the 63rd Regional Support Command on a Sole Source basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned (SDVO), Women-Owned Small Business (WOSB) concerns), must describe their identifying capabilities in meeting the requirement at a fair market price, i.e., information which may help support a set-aside. The proposed sole source, firm fixed with cost-reimbursement line items contract to VSE for Logistics Readiness Support services at various locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico. The estimated Period of Performance is 30 March 2017 through 29 November 2017 with two one month option periods. The estimated option periods are 30 November 2017 through 29 December and 30 December through 29 January 2018. The statutory authority for the sole source procurement is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfyy agency requirement. Attached are the draft Performance Work Statement (PWS), Technical Exhibit with estimated workload data and work locations. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or services. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred to response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to notice, is solely with the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 561210 Facilities Support Services with a small business size of $38.5 M. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also, contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or (210) 466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications, such as SBD, 8(a), HUBZone, SDVOSB, WOSB, etc.) and corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a price contractor or participating as a subcontractor. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any. 4. List previous experience on similar requirements, pertinent certifications that will facilitate making a capability determination. List if your company was the prime or subcontractor. Include size, scope, complexity, time frame and if it were that jobs for government or commercial purposes. 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for pricing (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirement to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specification/draft PWS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8a35f352be46b7268a8e05cf4ace4e2a)
- Place of Performance
- Address: multiple locations, ....., ....., United States
- Record
- SN04386708-W 20170202/170131235059-8a35f352be46b7268a8e05cf4ace4e2a (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 |