Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOURCES SOUGHT

R -- Installation Support Services - Attachment 1

Notice Date
4/10/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-18-R-0004
 
Archive Date
5/1/2018
 
Point of Contact
Teresa Dinwiddie, Phone: 928-328-2357, Tejae Craig, Phone: 928-328-6903
 
E-Mail Address
teresa.v.dinwiddie.civ@mail.mil, tejae.craig.civ@mail.mil
(teresa.v.dinwiddie.civ@mail.mil, tejae.craig.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Performance Requirement Summary Attachment 1 - Performance Work Statement THIS IS A Sources Sought Notice ONLY. The U.S. Government has a requirement for continued Installation Support Services at the U.S. Army Yuma Proving Ground (USAYPG) for the period 1 May 2018 through 31 May 2018. Based on the mobility required and obtaining security clearances; coupled with bonding requirements to meet the 1 June 2018 performance start date the U.S. Government's solution would be to extend the current contract. This notice is issued solely for information and planning purposes - it 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 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 561210 Facilities Support Services; size standard $38.5M The Installation Support Services at USAYPG is currently being fulfilled through the current contract W9124R-16-C-0001. Attached are the Performance Work Statement (PWS) and Performance Requirements Summary (PRS). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. 2. 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. 3. 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. Specifically, responses should address the contractor's ability to mobilize and be prepared to perform the services described in the PWS by the date needed (1 June 2018), the contractor's proposed solution, an alternative solution, the existence of any security clearances within the contractor's firm, and bonding capabilities and thresholds for construction. 4. Information to help determine if the requirement 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. 5. Identify how the U.S. Army can best structure these contract requirements to facilitate competition by and among small business concerns. 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 approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60310889d744bd55186a7aa721cd908a)
 
Record
SN04884038-W 20180412/180410230750-60310889d744bd55186a7aa721cd908a (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.