Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SPECIAL NOTICE

R -- MCICOM GF Housing Property Management Support Contract Notice of Intent to Sole Source

Notice Date
3/26/2025 2:13:12 PM
 
Notice Type
Special Notice
 
NAICS
531311 — Residential Property Managers
 
Contracting Office
COMMANDING OFFICER WASHINGTON DC 20380-1775 USA
 
ZIP Code
20380-1775
 
Response Due
4/10/2025 2:00:00 PM
 
Archive Date
04/25/2025
 
Point of Contact
Christina Neto, Phone: 7037724888, Marissa Turner, Phone: 2563367050
 
E-Mail Address
christina.e.neto.civ@usmc.mil, marissa.g.turner.civ@usmc.mil
(christina.e.neto.civ@usmc.mil, marissa.g.turner.civ@usmc.mil)
 
Description
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a bridge contract on a SOLE SOURCE basis to Information Systems and Networks (ISN) Corporation, 10411 Motor City Dr Ste 700. This bridge contract will provide continued Housing Property Management Support (HPMS) services to the Marine Corps Installation Command (MCICOM) Facilities Directorate (GF). MCICOM GF is responsible for managing approximately 724 Unaccompanied Housing (UH) facilities at 26 different locations. MCICOM oversees these facilities and is responsible for providing housing services to the Marines. Continued contractor support is required to maintain housing property management support for United States Marine Corps (USMC) service members residing in UH. Services performed under this sole source contract extension will include the following: coordinating housing program activities; providing detailed responses to housing inquiries from internal and external sources; assisting in the development, analysis, and coordination of housing requirements for all personnel (e.g., permanent parties, students, and recruits); providing background information and advice on housing issues; entering housing data; tracking maintenance requests; following up on resident requests; and providing technical guidance on basic policies and procedures. No other contractor is in the position to assemble a large team of approximately 200 personnel who specialize in providing these services by the expiration of the current performance period (13 SEP 2025). The anticipated period of performance of this bridge action will include a six-month base period and two three-month option periods. The statutory authority for the sole source procurement is 10 U.S.C �3204(a)(1) as implemented in Federal Acquisition Regulation 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. 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. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to the sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry, Sam.gov. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The applicable NAICS is 531311 Residential Property Managers, Size Standard $12.5M and PSC is R799 Support Management � Other. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. However, in accordance with DFARS PGI 206.302-1, any responsible sources interested in responding to this notice may submit capabilities statement with the following information: 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. Include management, technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. 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. Provide a brief description of experience in property management services and support in diverse environments and circumstances, such as various CONUS and OCONUS locations and military installations. Provide a brief description of experience and capability to provide unaccompanied housing program support. Limit responses to five (5) pages and include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, unique entity identifier (UEI), corresponding NAICS code, business size and status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to the Contracting Officer, christina.e.neto.civ@usmc.mil no later than 17:00 pm Eastern Daylight Time on 10 April 2025. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/183a7764b6a3449d8440257f0cf07ca3/view)
 
Place of Performance
Address: Arlington, VA, USA
Country: USA
 
Record
SN07386185-F 20250328/250326230050 (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.