SOURCES SOUGHT
R -- BRAC PM & LSIA
- Notice Date
- 6/14/2024 2:34:17 PM
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-24-R-LSIA
- Response Due
- 7/5/2024 10:00:00 AM
- Archive Date
- 07/20/2024
- Point of Contact
- Dae Chong � Contract Specialist, Phone: 210-466-2141, Shemekia McMillan � Contracting Officer, Phone: 210-466-2142
- E-Mail Address
-
dae.h.chong.civ@army.mil, shemekia.r.mcmillan.civ@army.mil
(dae.h.chong.civ@army.mil, shemekia.r.mcmillan.civ@army.mil)
- Description
- Base Realignment and Closure Program Management for Large Scale Infastructure Analysis (BRAC PM LSIA) INTRODUCTION: The Mission Installation Contracting Command-Fort Sam Houston is issuing this sources sought notice (SSN) as a means of conducting market research to identify potential sources having an interest and industry available to support/provide a non-personal services contract to provide professional services in program management, technical and policy advice, recommendations, and support with proven experience and expertise in Base Realignment and Closure (BRAC) and Large-Scale Infrastructure Analysis/Army Basing Study. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER: This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this SSN. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if issued. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.GOV. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. PROGRAM BACKGROUND: The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding a proven experience and expertise in Base Realignment and Closure (BRAC). The objective of this contract is to obtain support in strategic planning, program planning and implementation, program analysis, program integration, requirements evaluation, property transfer, and reporting and tracking of BRAC program requirements with the Deputy Chief of Staff (DCS) G-9, BRAC Branch; and analytic support to perform large scale infrastructure analysis in support of the Headquarters, Department of the Army (HQDA) activities. Please see the attached PWS for specific requirements. It is understood that the information being provided is for the purpose of Market Research only. The Government is not requesting, nor will it accept any formal proposals. The Government will not be providing any funding or reimbursement for any expenditures incurred. It's also understood that this Market Research may not lead to or result in any formal acquisition in the future. EXISTING CONTRACT: The U.S. Army currently contracts for BRAC PM & LISA services. The current contract was awarded as the IDIQ W9124J-22-D-0005 with three (3) Ordering Periods, with Period of Performance from 01 January 2022 � 31 December 2024. To determine if sources capable of satisfying the agency need exists, the Government will consider all sources sought notice (SSN) responses received, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. Responses to this SSN permit the contracting officer, in accordance with FAR 19.203(c), to consider an acquisition for the small business socioeconomic concerns (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs) and to consider a small business set-aside (see 19.502-2(b)). Small business, in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. REQUIRED CAPABILITIES: Please reference PWS for full details and requirements. ELIGIBILITY: The applicable NAICS code for this requirement is 541618, with a Small Business Size Standard of $19,000,000. The Product Service Code (PSC) is R408. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. OTHER REQUESTED INFORMATION: (1) 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 Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.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 SSN. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. (2) What percentage of work will be performed by the small business prime contractor, and all similarly situated entity subcontractors? Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). ""Similarly situated entity"" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first- tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. (3) Whether your firm is interested in competing for this requirement as a prime contractor.� If you plan to subcontract any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work and what percentage of work they will be performing, if available. (4) Please provide information in sufficient detail regarding any relevant 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. (5) Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. (6) Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. (7) Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11- inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. If your organization has the potential capacity to provide the required products/systems/service, please provide the following information: (1) Organization name, address, primary points of contact (POCs) and their email address, Web site address, telephone number, and type of ownership for the organization; and (2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF). All responses shall be received no later than 12:00 p.m. CDT on 5 July 2024 (15 business days) and reference this synopsis number in subject line of e-mail and on all enclosed documents. Any questions in regards to SSN shall be received no later than�12:00 p.m. CDT on 20 June 2024. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. Primary Point of Contact: Dae Chong � Contract Specialist Email: dae.h.chong.civ@army.mil Secondary Point of Contact: Shemekia McMillan � Contracting Officer Email: shemekia.r.mcmillan.civ@army.mil 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://sam.gov/opp/28bb3baa12e1401f871706c4d1e73d3e/view)
- Place of Performance
- Address: Washington, DC 20310, USA
- Zip Code: 20310
- Country: USA
- Zip Code: 20310
- Record
- SN07098550-F 20240616/240614230127 (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 |