SOURCES SOUGHT
99 -- DISTRICT OF COLUMBIA NATIONAL GUARD (DCNG) PI59 Temporary Logistics Support Activity (LSA)
- Notice Date
- 4/3/2020 8:59:55 AM
- Notice Type
- Sources Sought
- NAICS
- 531120
— Lessors of Nonresidential Buildings (except Miniwarehouses)
- Contracting Office
- W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
- ZIP Code
- 22204-1382
- Solicitation Number
- W912R120X0ASD
- Response Due
- 4/17/2020 2:00:00 PM
- Archive Date
- 05/02/2020
- Point of Contact
- CPT Willie C. Weatherspoon, Phone: 7036016810, MAJ Michael S. Wade, Phone: 7036071260
- E-Mail Address
-
willie.c.weatherspoon.mil@mail.mil, michael.s.wade.mil@mail.mil
(willie.c.weatherspoon.mil@mail.mil, michael.s.wade.mil@mail.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. ��This Sources Sought is only for the purpose of identifying potential sources as part of DCNG market research. No Request For Quote (RFQ) exists; therefore, do not request a copy of the RFQ. The purpose of this sources sought is to gain knowledge of potential qualified sources, their size, and socioeconomic status, if applicable (i.e. HUB Zone, 8(a), small, small disadvantaged, women owned, service-disabled veteran owned, etc.) relative to NAICS 531120 Lessors of Nonresidential Buildings (except Miniwarehouses). �Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be posted to the Governmentwide Point of Entry (GPE) (https://beta.sam.gov) at a later date. Responses to this sources sought ARE NOT considered adequate responses to any future solicitation issued. ��� The District of Columbia National Guard (DCNG) is seeking sources that can provide a facility sufficient to host sleeping quarters & logistics operation space for 8,500 service members for 14 consecutive days and, MUST meet the following criterion: Must be within ten (10) straight mile radius of the U.S. Capitol Building in Washington, DC Must be at least 200K sq ft of open indoor space, carpeted space is preferable Must be climate controlled with Forced Air HVAC to a minimum of 70 degrees F during the winter Must contain multiple loading dock areas Must contain a secure storage space Must contain Male & Female restrooms Must have a self-contained waste area suitable for one or more dumpsters Must have 24/7 onsite security familiar with the facility Must have a fiber internet connection and the ability to host commercial Wi-Fi Must have separated indoor space onsite for service members to prepare & eat meals to include table and chairs Must have service elevators and adjustable loading dock ramps Must have minimum of 500 parking spaces adjacent to the facility Must be able to accommodate a temporary helipad in the parking area Must have 110 & 240v electrical capacity Must have separate rooms for office and operations temp offices in addition to the open space area for temporary lodging Must allow for positioning of temporary shower trailers and in close proximity to a fire hydrant for the water source. The information identified above is intended to be descriptive, and to indicate the quality and services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the services that fulfill the required criterion. If interested, and capable of providing the specified service, please email your complete responses to the below questions to: ng.dc.dcarng.mbx.pc-requirement-request@mail.mil and courtesy copy willie.c.weatherspoon.mil@mail.mil no later than Friday, April 17, 2020 at 5:00 p.m. EST.� Include �DCARNG Sources Sought PI59 LSA� in the subject line. No facsimile or telephone responses will be accepted. � 1. Company Information: Company name: _________________________________________________________ Company Address as registered in System for Award Management (SAM): _________________________________________________________________ _________________________________________________________________ __________________________________________________________________ (�� ) I have confirmed that my address listed above is exactly the same as listed in SAM (� �) The above address is not the same in SAM, but registration is being corrected to the above listed address DUNS Number: __________ Cage Code: __________ �Socio-economic status for the listed NAICS code (531120) - please check all that apply: (� �) Large business (�� ) Small business (�� ) Small disadvantaged business (� ) 8(a) program participant (�� ) HUB Zone business (�� ) Woman-Owned business (�� ) Service-Disabled Veteran-Owned Small Business (SDVOSB) (� �) I have confirmed that my firm is registered in SAM for the NAICS code and business type selected. (�� ) My firm is not registered in SAM with the NAICS code and business status selected, but the firm qualifies and registration is in process. (�� ) My firm is not registered in SAM for the identified NAICS code. Vendor Point of Contact: Point of Contact Phone: Point of Contact E-mail: 2. Examples of demonstrated work: (�� ) I have attached examples of work that our firm has performed that meets the abovementioned criterion (not to exceed 5 pages). (�� ) I have not attached examples of work that our firm has performed that meets the abovementioned criterion. 3. References: (� �) I have attached references for work that our firm has performed that meets the abovementioned criterion. (�� ) I have not attached references for work that our firm has performed that meets the abovementioned criterion.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6a4c7863483f45568dcfda8b090368d2/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN05610431-F 20200405/200403230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |