Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2023 SAM #7813
SOURCES SOUGHT

M -- Bridge-Dugway Proving Ground-Base Operations Support Services (BOSS)

Notice Date
4/17/2023 12:01:46 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QM MICC-DUGWAY PROV GRD DUGWAY UT 84022-5000 USA
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-23-Q-0011
 
Response Due
4/24/2023 9:00:00 AM
 
Point of Contact
Nicholas J. Rowton, Phone: 4358312620, Paul E. Frailey, Phone: 4358312587
 
E-Mail Address
nicholas.j.rowton.civ@army.mil, paul.e.frailey.civ@army.mil
(nicholas.j.rowton.civ@army.mil, paul.e.frailey.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Sources Sought Notice II RFQ W911S6-23-Q-0011� NAICS code is 561210 (Facilities Support Services) PSC M1AZ-Operations OF other Administrative Facilities and Services Sole Source Intent: The United States Army Mission and Installation Contracting Command � Dugway Proving Ground (DPG), U.S. Dugway Proving Ground (DPG), Dugway, Utah, intends to negotiate a noncompetitive Cost Plus Fixed Fee (CPFF) requirements-type bridge contract with Chenega Facilities Management, LLC., 5726 W. Hausman Road, Suite 100, San Antonio, TX 78249 for up to six (6) months plus two (2) three (3) month option ordering period in primary support of the Dugway Proving Ground (DPG) Base Operations Support Services. The requirement is for Facilities Support Services. The Base Operations Support Services (BOSS) is standardized across the U.S. Army to provide critical mission critical operations. Any delay or suspension of services will negatively impact the Major Range and Test Facility Base (MRTFB) mission of Dugway Proving Ground. This will also have a significant negative impact on the success of Grounds Maintenance, Facility Engineering Services, and Engineering. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed requirement. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm�s technical capability to meet these requirements by 10:00 A.M. Mountain Standard Time,�24�April, 2023. All inquiries shall be clearly marked with Solicitation Number W911S6-23-Q-0011 and e-mailed to the Point of Contact (POC) (435) 831-2620, or email�nicholas.j.rowton.civ@army.mil The NAICS code is: 561210.� Size Standard is $47 Million Dollars.� THE PSC IS M1AZ. The Government does not intend to conduct a competitive acquisition for a bridge contract. There is insufficient time to competitively award a new contract, phase-in a new contractor, transfer and account for the large inventory of Government Furnished Property (GFP), verify data, obtain security clearances and allow for familiarization with ongoing tests, etc.. Any contractor other than the incumbent would have unlikely success to put in place required equipment, train labor force and completed phase in on short notice. Award to any other source would result in unacceptable delays in fulfilling the DPG requirements. Dugway Proving Ground-Base Operations Support Services (BOSS) �THIS IS A Sources Sought Notice ONLY.�This sources sought is not a request for competitive proposals. ��The U.S. Government currently intends to award a contract for the�Base Operations Support Services (BOSS). �Seeking vendors that will be required to provide immediate services via this Base Operations Support Services (BOSS); contract will include the following: grounds maintenance, facility engineering services, engineering resource management, operation and maintenance of utilities systems, maintenance of roads and structures, family housing operations, systems maintenance & repair, locksmith services, fuel and heating, oil distribution, industrial wastewater treatment plant, sanitary landfill operations, warehousing and supply, cathodic protection, locksmith services, sanitary wastewater treatment and collection system, water systems and distribution services, repair or revise/change/modify of existing interior and exterior work, and other on-post miscellaneous work (i.e. special events such as support to an activation or exercise of contingency plans, outside the normal duty hours) in support of the DPW at DPG, Utah. The DPG BOSS contract will provide management, supervision, quality control, materials. supplies, labor, and equipment, except that specified as government-furnished, necessary to accomplish the services. The above BASEOPS services impact every tenant activity assigned to DPG as well as the military and civilian employees and family members on the installation. Period of Performance is one (1) six-month period, plus two (2), three-month (3) option periods. Period of Performance Period of Performance Base Period 1 July 2023 to 24 Dec 2023 3 Month Option Period 25 Dec 2023 to 22 Mar 2024 3 Month Option Period 23 Mar 2024 to 20 Jun 2024 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, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.� Incumbent service provider: Chenega Facilities Management, LLC 5726 W. Hausman Road, Suite 100 San Antonio, TX 78249 If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements�by 1:00 P.M. Mountain Standard Time,�17 April, 2023.�In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number�W911S6-23-Q-0011�and e-mailed to the Point of Contact (POC) listed below.� This notice will be distributed solely through the�Contracting�Opportunities Website (https://sam.gov). Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition.�� Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement:� 1.� 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(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.)� and�the corresponding NAICS code.� 2.� Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes.� Provide recommendations to improve the Army's specifications to acquiring the identified items.� 3.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.� 4.� Information to help determine if the requirement (items) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.� 5.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott�Kukes, at�scott.d.kukes.civ@mail.mil�or 210-466-3015, 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.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2bf3856ebec94e8e86b0b2a2d43bcdb8/view)
 
Place of Performance
Address: Dugway, UT 84022, USA
Zip Code: 84022
Country: USA
 
Record
SN06653494-F 20230419/230417230116 (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 |
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.