Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2019 FBO #6514
SOURCES SOUGHT

R -- Logistics Readiness Support Services for the 63rd Readiness Division - Attachments

Notice Date
9/24/2019
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort McCoy (W911SA), 1108 South R Street, Fort McCoy, Wisconsin, 54656-5142, United States
 
ZIP Code
54656-5142
 
Solicitation Number
W911SA16C0002P00021
 
Archive Date
10/13/2019
 
Point of Contact
Misty S. Huissen, Phone: 6083886104
 
E-Mail Address
Misty.s.huissen.civ@mail.mil
(Misty.s.huissen.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W911SA-16-C-0002 P00021 Attachment 9 63rd Exhibit 6 Worksite by Location W911SA-16-C-0002 P00021 Attachment 6 63rd Exhibit 3 Workload Estimate W911SA-16-C-0002 P00021 Performance Work Statement THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine the potential firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Feedback is encouraged and appreciated. The U.S. Government currently intends to award an extension to contract W911SA-16-C-0002 for Logistics Readiness Support Services for the 63rd Readiness Division 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 November 2019 through 29 March 2020 with two (2) 1-month options. 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 satisfy 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. Submissions must be received at the office cited no later than 10:00 a.m. (CST) on 28 September, 2019. Point of Contact: Misty S. Huissen, (608) 388-7302, misty.s.huissen.civ@mail.mil Place of Performance: Multiple locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/54bffec57f59404606a15faea0f236eb)
 
Place of Performance
Address: Multiple locations in Arizona, California, Texas, Oklahoma, Nevada, Arkansas and New Mexico., United States
 
Record
SN05456236-W 20190926/190924231057-54bffec57f59404606a15faea0f236eb (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.