SOURCES SOUGHT
Z -- RFI - MCIA FACILITIES OPERATIONS SUPPORT SERVICES
- Notice Date
- 11/3/2021 12:36:58 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
- ZIP Code
- 22134-5028
- Solicitation Number
- M00264-22-RFI-0202
- Response Due
- 11/12/2021 8:00:00 AM
- Archive Date
- 11/27/2021
- Point of Contact
- Monica L. Curley, Phone: 703-784-0081
- E-Mail Address
-
monica.curley@usmc.mil
(monica.curley@usmc.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- See attachments (RFI and Draft PWS) for entire notice information.� THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice.� Marine Corps Installations National Capital Region- Regional Contracting Office (MCINCR-RCO) has a requirement to provide support to the United States Marine Corps Intelligence Activity (MCIA), Facilities Operations.� The North American Industry Classification System (NAICS) for this requirement is 561210, Facilities Support Services. The Product Service Code (PSC) for this requirement is ZIAZ, Maintenance of Other Administrative Facilities and Service Buildings. THIS IS A FOLLOW-ON REQUIREMENT TO M00264-19-C-0008 AWARDED TO LYNXNET, LLC (CAGE 4QPC9) UNDER THE SBA 8(a) BUSINESS DEVELOPMENT PROGRAM. THE FOLLOW-ON ESTIMATED VALUE IS AT THE COMPETITIVE THRESHOLD FOR THE SBA�S 8(a) BUSINESS DEVELOPMENT PROGRAM.� DUE TO THE STRICT SECURITY REQUIREMENTS FOR MCIA, THE CONTRACTOR MUST HAVE A FACILITIES CLEARANCE AND ALL CONTRACTOR PERSONNEL ENTERING THE FACILITY MUST HAVE A TOP SECRET CLEARANCES PRIOR TO AWARD. THIS MUST BE DEMONSTRATED WITH SUBMISSION OF QUOTES AS THE GOVERNMENT WILL NOT SPONSOR ANYONE AT TIME OF AWARD. THIS IS A NON-NEGOTIABLE REQUIREMENT. INTERESTED CONTRACTORS WHO DO NOT DEMONSTRAE SUCH WILL NOT BE CONSIDERED QUALIFIED/ELIGIBLE.� Feedback on this requirement is encouraged. This is a market research tool used to identify market capability and solutions (to include performance work statement revisions), as well as the availability and adequacy of potential small business sources and socioeconomic categories prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Information submitted by respondents to this notice is strictly voluntary. It is requested that firms submit answers to the MCINCR-RCO at the below email address. A vendor�s response should address, at a minimum the following: 1.�� �Name of Organization, CAGE Code, DUNS Number, Telephone Number, Address, and Email address for primary point of contact. Also provide the organization�s size status and 8(a) BD Program status; 2.�� �Appropriate NAICS code and PSC (if other than what is listed above) for the services described in this notice with an explanation as to why this code(s) would be a better supported option; 3.�� �Description of your organization�s capabilities / experience with regards to the draft PWS requirements. This description should demonstrate ability to perform the services in the draft PWS. Note that generic capability statements failing to address the performance as outlined in the PWS are not desired. Maximum length: 6 pages. 4.�� �Contract vehicles (GSA Federal Supply Schedule, GSA OASIS, or any other Government Agency contract vehicle), of which your business is a contract holder, that would available for the procurement of the PWS services. (Lack of does not preclude a business from responding to this notice.) 5.�� �Answers to the below specific questions regarding the requirement: a.�� �Are the required services considered a service that is of a type offered and sold competitively in substantial quantities in the commercial marketplace? Why or why not? b.�� �What are the key cost drivers? �What are the variables that would drive the price up or down? What can be done to minimize the cost?� c.�� �What are the training and certification standards of the workforce delivering this service? d.�� �What additional or historical information do you need to propose firm fixed-pricing (FFP) for the FFP portion of this requirement? (Note: the current contract has FFP for project management as well as maintenance and repairs CLINs; however, has had Time & Materials (T&M) for the materials and repair parts.) e.�� �What is the standard industry practice for pricing the materials and repair parts (firm fixed-price, time and materials, etc.?)� f.�� �What areas of the requirement seem restrictive? Why? What are your suggestions to make areas less restrictive?� g.�� �What areas of the requirement seem vague? Why? Please identify what they are and a recommended remedy. h.�� �What obstacles would prevent your business from submitting a future quote for this requirement? What is/are the solution(s)? i.�� �Does your firm hold a current Facility Clearance (FCL), specifically Top Secret Facility Clearance (access to COMSEC and NATO) without any Special Limitations that restrict access?� j.�� �Does your firm have contracts available with in-scope (per current DoD 6-year investigation requirement), favorable, Single Scope Background Investigation (SSBI)/T5 investigation (to include SBPR, PPR, or T5R), or currently enrolled in the DoD Continuous Evaluation (CE) / Continuous Vetting (CV) program, adjucated for Sensitive Compartmented Information (SCI) eligibility by the DoD Central Adjudication Facility (DoD CAF) without conditions, exceptions, or waivers at the time of award and prior to performance under this contract? (Note: this will need to be demonstrated with submission of quotes in response to the resulting solicitation and requests to delay this until award after award will not be considered).� k.�� �Does your firm have the ability to self-backfill during times of vacancies, leave, call-outs, breaks, etc.? l.�� �Does your firm have the ability to provide specific tradesman?� m.�� �How long would your firm need to submit an offer, after the solicitation is released?� n.�� �Are the required services considered professional or are they subject to the Service Contract Act?� o.�� �Does your firm have the ability to provide qualified / backfill personnel in accordance with the new Covid standards/policies (see DFARS clause 252.223-7999 which will be incorporated in the resulting solicitation and award)? � The Government wants to provide notice to all interested offerors that the following Covid standard/policy will be incorporated into the resulting solicitation and award: As prescribed in Class Deviation 2021-O0009, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors, use the following clause: ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (DEVIATION 2021-O0009) (OCT 2021) (a) Definition. As used in this clause � United States or its outlying areas means� (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/.� (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. (End of clause) Vendors who wish to respond to this notice should send its response via email no later than 12 November 2021, 11:00 a.m. Eastern Time to monica.curley@usmc.mil. Correspondence must be in writing, via email, to monica.curley@usmc.mil. Interested vendors are encouraged to verify confirmation of receipt of submissions within 72 business hours.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3724514889cc4e9486d4b3f19f73bf3e/view)
- Place of Performance
- Address: Quantico, VA 22134, USA
- Zip Code: 22134
- Country: USA
- Zip Code: 22134
- Record
- SN06170355-F 20211105/211103230114 (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 |