SOURCES SOUGHT
Z -- EXTENSION OF BASE OPERATIONS AND MAINTENANCE SUPPORT SERVICES CONTRACT - Package #1
- Notice Date
- 2/3/2017
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Gordon, 419 B St., Bldg 29718, 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
- ZIP Code
- 30905-5719
- Solicitation Number
- W91249-16-C-0006
- Archive Date
- 4/4/2017
- Point of Contact
- Symone Y. Collins, Phone: 7067911807
- E-Mail Address
-
symone.y.collins.civ@mail.mil
(symone.y.collins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Requirements Summary Performance Work Statement THIS IS A Sources Sought Notice ONLY. The U.S. Government's intent is to extend the current Base Operations and Maintenance Support Services contract (W91249-16-C-0006) for 6-12-months on an SOLE SOURCE basis. However, we are 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, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source will be a 6-12-month extension to Akima Global Services, LLC (AGS). The contract type will remain Cost-Plus Award Fee (CPAF). The requirement is to perform Base Operations and Maintenance Support services, which shall include but not limited to providing all management, supervision, personnel, training, travel, equipment, supplies, facilities, transportation, tools, materials, supervision, and any other items necessary as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property (GFP) and services. The Installation Support services shall include the following functional areas: Mobilization and Other Contingency Planning; Resource Management; Engineer Work Order Reception, Tracking, and Design; Environmental Effects Services; U-Do-It Services; Facilities Maintenance and Repair Services; Grounds Maintenance - Surfaced and Unsurfaced Areas; (Pest Control Services; Plant Operations Services; Project Accomplishments; and Furnishings Management. Fort Gordon has approximately 56,000 acres that contain several hundred buildings and facilities ranging in size from very large to very small and of varying ages. Some examples of the type and size buildings required to be maintained are as follows:  - Eleven story post headquarters  - Multi- storied Administration and Barracks buildings ranging in ages of new (after the year 2000) to old (prior to year 1950)  - Numerous multi-story modular facilities and Morale Welfare and Recreation (DMWR) facilities (i.e. bowling alley, officers/enlisted clubs, baseball and football fields, multiple physical fitness centers, and multiple swimming pools)  - Multiple cemeteries and numerous storage warehouses  - Several multi-level schoolhouse facilities that provide essential training and barracks support for the installation. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii)(b), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached are the draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS) This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. 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 in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561210 - "Facilities Support Services" and the small business size standard is $38.5M. In response to this sources sought, please provide the information below NLT 4:00pm Est. on 03 March 2017 via email to Symone Collins at symone.y.collins.civ@mail.mil. In addition, please ensure the "Subject line" of the email clearly states you are responding to the Sources Sought Synopsis for the Base Operations and Maintenance Support Services requirement. 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 solution 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 that 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(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. [Note: Tailor the information requested to the requirement, e.g. lead-time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, etc., as applicable.] 5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5440a5852111646bd78c7be30decc26a)
- Place of Performance
- Address: Mission and Installation Contracting Command (MICC) - Fort Gordon, 419 B Street, Bldg. 29718 3rd Floor, Fort Gordon, Georgia, 30905-5719, United States
- Zip Code: 30905-5719
- Zip Code: 30905-5719
- Record
- SN04390590-W 20170205/170203234256-5440a5852111646bd78c7be30decc26a (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 |