SOURCES SOUGHT
F -- Gillem Environmental Compliance, and NEPA, CRM, GIS Support Gillem\Gordon
- Notice Date
- 5/21/2020 12:39:54 PM
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
- ZIP Code
- 30905-5719
- Solicitation Number
- 0011477949
- Response Due
- 5/29/2020 8:00:00 AM
- Archive Date
- 06/13/2020
- Point of Contact
- Vandella M.Squire, Phone: 706-791-1814
- E-Mail Address
-
vandella.m.squire.civ@mail.mil
(vandella.m.squire.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- The Mission and Installation Contracting Command (MICC), Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify parties having� interest in Gillem Environmental Compliance, and NEPA, CRM, GIS Support Gillem\Gordon in support of the Directorate Of Public Works, Compliance Branch, Environmental Division, Fort Gordon, GA 30905. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT"". THIS SOURCES SOUGHT IS BEING LISSUED TO IDENTIFY CAPBABLE SMALL BUSINESS ADMINSTRATION 8(a) CERTIFIED FIRMS ONLY. REQUIRED CAPABILITIES The Contractor shall perform services to the standards of this Performance Work Statement, a DRAFT Performance Work Statement (PWS) is attached to this announcement. REQUIRED CAPABILITIES The Contractor shall perform services to the standards of this Performance Work Statement, a DRAFT Performance Work Statement (PWS) is attached to this announcement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capabilitystatements addressing the particulars of this effort, with appropriatedocumentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to delivertechnical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure andapply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3)implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and riskmitigation; and 4) provide services under a performance based serviceacquisition contract. SPECIAL REQUIREMENTS Contractor employees performing on this contract must be a U.S. citizen. At work performance start date, each contracted employee, to include Subcontractors, performing on this contract will require a backgroundcheck (T1/NACI) investigation. The Contractor shall ensure that all assigned personnel understand applicable security policies and directives found in Department of Defense (DOD) 5220.22-M, National Industry Security Program Operating Manual (NISPOM); AR 380-5, InformationSecurity Program; and all other applicable policies and regulations. ELIGIBILITY The applicable NAICS code for this requirement is�541620 �with a Small Business Size Standard of $12,000,000 The Product Service Code is F115. This sources sought is seeking only current SBA Certified 8(a)firms as this requirement will remain within the SBA 8(a) program. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIESSTATEMENT) A DRAFT Performance Work Statement (PWS) are attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 11 a.m., EST on 29 May 2020. All responses under this Sources Sought Notice must be emailed in Microsoft Word or Portable Document Format (PDF) to Vandella M. Squire at vandella.m.squire.civ@mail.mil.� No phone calls will be accepted.� All questions must be submitted to the contract specialist identified above. �The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of Subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) Respondents to this notice also must indicate whether they qualify as a SBA Certified (a) firm. 7) The estimated period of performance consists of a base year of 12 months. Specifics. CONTRACT TYPE The Government will award a Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dd8b4e9f1db54bb1b7a410cce7cbd230/view)
- Place of Performance
- Address: Fort Gordon, GA 30905, USA
- Zip Code: 30905
- Country: USA
- Zip Code: 30905
- Record
- SN05668348-F 20200523/200521230231 (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 |