Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

S -- Base Operations Support Services, Dugway Proving Ground, Utah

Notice Date
5/25/2023 12:08:18 PM
 
Notice Type
Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
W5168W23R0002
 
Response Due
6/16/2023 12:00:00 PM
 
Archive Date
07/01/2023
 
Point of Contact
Tilson Dyer, Jeffery Harris
 
E-Mail Address
Tilson.h.dyer.civ@army.mil, jeffery.d.harris.civ@army.mil
(Tilson.h.dyer.civ@army.mil, jeffery.d.harris.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Mission and Installation Contracting Command-Installation Readiness Center on behalf of the Mission and Installation Contracting Command-Dugway Proving Ground, intends to issue a solicitation for a contractor to provide Base Operations Support Services at the U.S. Army Dugway Proving Ground, UT. Description of Services:� This is a non-personal services contract to provide Base Operations and Maintenance Services at Dugway Proving Ground, Utah. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in this PWS. The Contractor is responsible for providing all parts required for Preventive Maintenance Orders (PMOs) and all repair parts required for Demand Maintenance Orders (DMOs).. The following is a list of Common Level of Services (CLS) that will be included in this acquisition: CLS # Services Description 200����� Unaccompanied Management 201����� Army Family Housing Management 404����� Grounds Maintenance 406 ���� Real Property Administration 408����� Pavement Clearance Services 411����� Facility Maintenance � Vertical 414����� Army Family Housing 420����� Facility Maintenance � Horizontal 500����� Electrical Services 502����� Water Services 503����� Wastewater Services 510����� Pest Management Services XXX�� Installation Fuel Services Contract type:�A Firm Fixed-Price contract is anticipated, and award will be made to the offeror who provides a proposal that best meets the Government's requirement. All requirements, evaluation criteria, basis for award and proposal due date are provided in the attached SF 33 (Solicitation Document) Period of Performance:� The anticipated period of performance will be a 60-day phase in, 10-month Base period and four one-year options to include the six-month extension under FAR 52.217-8. The anticipated full period of performance is period of December 21, 2023, to December 20, 2028. Competition Status:� This requirement is an 8(a) small business set aside under NAICS Code 561210 Facilities Support Services with the size standard of $47,000,000.00.� Vendor Requirements:� All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and must have completed Representations and Certifications through the System for Award Management (SAM) at https://sam.gov. NOTICE OF SITE VISIT A site visit will be held at�5450 Doolittle ave, Dugway, UT 84022 on 2 February 2023 beginning 9:00 am MST.� There will be a tour of facilities and short briefing conducted during the site visit.� The purpose of the site visit is to allow Offerors to see the site and to Offeror make notes of questions for submission to the Contracting Officer at a later date.� Prospective Offerors are highly encouraged to attend the site visit.� Remarks and explanations provided by Government representatives during the site visit shall not change the terms of the RFP.� Any change to the RFP terms will be conveyed through an amendment to the RFP.� Failure to attend the site visit will not disqualify the Offeror; however, the Offeror acts at its own risk and will not be relieved from complying with the terms and conditions of any resultant contract by reason of such failure.� In no event will a failure to inspect the site constitute grounds for a claim after award of a contract. Offerors are limited to two (2) attendees per firm due to room space limitations. Site visit requirements was posted in the pre-solicitation notice on 6 January 2023.�No other pre-proposal conference will be scheduled.� Attendance is at the expense of the Offerors.� The Government cannot guarantee access to Dugway Proving Ground at any other time. Attendees must arrive on time to be included in the site visit.� The visit will start promptly at�9:00 AM MST�and anyone arriving after that time will be denied admission.� Be advised that Dugway Proving Ground is a limited access installation, and people entering its gates are subject to entrance requirements and possible search. Attendees must arrange their travel to accommodate for these procedures.� It is the responsibility of the Offeror to gain access to the Government installation.� All DPG visitors who do not possess a military identification card or Common Access Card (commonly called a CAC card and issued to government employees and authorized contractors) must undergo a computer background check of individual records through the National Crime Information Center prior to gaining entry to the proving ground. These checks are conducted inside DPG's Visitor Control Center located at the main gate and normally take no longer than 15 minutes. All visitors must also possess: 1) Driver's license; 2) Vehicle registration; 3) Proof of insurance. Since these background checks require U.S. or Canadian identification, they cannot be conducted on visitors who are not U.S. or Canadian citizens. This means that unescorted access to Dugway Proving Ground for these individuals will no longer be granted. Other foreign nationals may only obtain access to the proving ground by being always escorted by an authorized official. The Visitor Control Center is open for visitor background checks and credentialing Monday through Thursday 7:00 AM to 17:30. All attendees shall use the main gate to access the facility. Comments and/or questions are prohibited to be asked during the site visit.� Offerors shall submit all comments and/or questions in writing to be answered later.� This will ensure all Offerors have the same opportunity to receive a correct and accurate answer.� This also removes any risk of an incorrect answer being provided verbally without first verifying its accuracy.� All comments and/or questions must be submitted via a SINGLE email per Offeror, preferably in a Microsoft Word document attached to the e-mail.� Submit to the Contracting Officer and Contract Specialist no later than 2:00 PM CST on Tuesday, 9 February 2023. At the site visit, there will be no cameras, audio recordings, or videotaping or other recordings allowed, except that done by the Government.� Cellular phones with cameras are allowed, but no pictures are permitted to be taken.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/974c1038df7f4fee9217ab0a88f39c1e/view)
 
Place of Performance
Address: Dugway, UT 84022, USA
Zip Code: 84022
Country: USA
 
Record
SN06694425-F 20230527/230525230111 (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  © 1994-2020, Loren Data Corp.