SOURCES SOUGHT
R -- Request for Information Mailroom Services
- Notice Date
- 7/23/2020 6:56:03 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- PANAPG20P0000023243
- Response Due
- 8/6/2020 11:00:00 AM
- Archive Date
- 08/21/2020
- Point of Contact
- Kristena M. Burleigh
- E-Mail Address
-
kristena.m.burleigh.civ@mail.mil
(kristena.m.burleigh.civ@mail.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- REQUEST FOR INFORMATION � Mailroom Services Contract THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Kristena Burleigh, email: kristena.m.burleigh.civ@mail.mil. All responses must be received NLT 2:00 P.M. EST on 06 August 2020. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.� If a solicitation is released, it will be synopsized under Contract Opportunities Section of the beta.sam.gov website at https://beta.sam.gov.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Purpose: ATEC is one of DOD�s foremost test and training organizations supporting DOD, non-DOD, and commercial materiel developers by testing a broad spectrum of equipment throughout their life cycles from concept through deployment. As such, ATEC is not a material, item, or system developer. Rather, ATEC provides crucial test support to such developers who are ATEC's primary customers. Request for Information (RFI) is sought for mailroom/clerk support for the U.S. Army Test and Evaluation Command (ATEC) Headquarters (HQs), Aberdeen Proving Ground (APG), Maryland (MD); the U.S. Army Aberdeen Test Center (ATC), APG, MD; and the Operational Test Command (OTC), Fort Hood, Texas. The intent of this RFI is to gauge industry interest, capability and relevant experience, in non-customer specific terms, as it relates to providing these support services in furtherance of the mission. This RFI is the initiation of market research under Part 10 of the Federal Acquisition Regulation (FAR). To assist with the RFI submissions the following draft documents will be attachments to this RFI: draft Performance Work Statement (PWS), draft Quality Assurance Surveillance Plan (QASP). In addition to functional experience with project oversight, offerors must have experience in the below stated areas.� Operate a mailroom distribution center to include receiving, control, sort, and distribution incoming and outgoing mail. Manage and monitor telecommunications systems and services Operate large-scale reproduction equipment and provide quality finished products. Contractors must be properly registered in the Government�s System for Award Management (SAM) database. SAM registration can be found at https://beta.sam.gov. �� Business Size Standard:� The North American Industrial Classification System (NAICS) code is 561210 � Facilities Support Services. �The small business size standard is $38.5 Million.� As part of the RFI response, please state if your company is a small business under this NAICS code. Industry Day:� This acquisition will not have its own industry day. Estimated Dollar Value:� Not to exceed $38.5M Estimated Period of Performance:� Five (5) years Place of Contract Performance:� This contract requires all work to be performed at U.S. Army Test and Evaluation Command (ATEC) Headquarters (HQs), Aberdeen Proving Ground (APG), Maryland (MD); the U.S. Army Aberdeen Test Center (ATC), APG, MD; and the Operational Test Command (OTC), Fort Hood, Texas. Contract Type:� At this time, this requirement is anticipated to be Firm Fixed Price (FFP) contract with one (1) base year and four (4) option years. � � � � � � � � � � � Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length. � 1.� Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: CAGE Code: � 2.� Please identify your company�s size standard per the primary NAICS code of 561210 � Facilities Support Services The Small Business Size Standard for this NAICS code is $38.5 Million. � For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. � If your company is a small business, indicate whether any of the small business categories below apply: � 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: � 3.� If you identify your company as a SB or any of the SB subcategories as stipulated in Question 2, is your company intending to submit a proposal as a prime contractor? � 4.� Is your company capable of performing at least 51% of the work?� If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule. � 5.� Is your company prepared to assume financial liability for damages to Government equipment and property incurred as a result of your performance of work under this contract? Please explain. 6.� Does your company possess the capabilities to provide the entire range of products and services discussed in this RFI?� If NO, please provide specific capabilities that you intend to provide? 7.� Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: Contract number(s). Aggregate dollar value of entire contract. Aggregate dollar value of task orders as a prime or sub-contractor.� Number of task orders as the prime or sub-contractor. Was this work similar in scope? 8.� Is your company planning on business arrangements with other companies?� If so, please list the process used in selecting the members. 9.� Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above.� Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 10.� Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? 11. All Contractor employees supporting classified task assignments shall possess a SECRET clearance or higher issued by the Defense Security Clearance Office (DISCO) or who were the subject of a favorably completed National Agency Check, National Agency Check with Law and Credit Check (NACLC) or Special Agreement Check (SAC). More details regarding Facility Clearance, Personal Clearances, and all security information are available in the attached draft PWS under C.1.10 SECURITY. 12.� Please provide additional information that you believe we should know about your company in support of this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/da8147e36d734eceb3d41783cba634e7/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD 21005, USA
- Zip Code: 21005
- Country: USA
- Zip Code: 21005
- Record
- SN05732222-F 20200725/200723230154 (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 |