Inactive
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Notice ID:M00681-19-Q-LifeSupport
The Regional Contracting Office MCI-West is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this re...
The Regional Contracting Office MCI-West is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Facilities Support Services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210 Facilities Support Services. The Government is requesting capability for Service-Disabled Veteran Owned Small Business (SDVOSB) only at this time. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The Government is seeking SDVOSB that can meet the following specifications of the Performance Work Statement (PWS): Port Hueneme Chemical Toilets for 750 personnel Service/replenshipment min of 2 x Week 20 Feb-10 April Hand Washing Stations for 750 Personnel Service/replenshipment min of 2 x Week 20 Feb-10 April Tents for Billeting 750 personnel Approximately 18-20 persons per tent Like GP Tent Size Cannot be staked down 85% Male, 15% Female 20 Feb-10 April Bulk Water Storage and Delivery (amounts TBD) For EFK 20 Feb-10 April Fuel (amounts TBD) JP-8 MOGAS Grey Water and Black Water storage and removal for Expeditionary Field Kitchen Approximately 12,000 gallons/week 20 Feb-10 April On Site Laundry Service for 750 Personnel 20 Feb-10 April Dumpsters and associated refuge removal for 750 Personnel 20 Feb-10 April Shower Trailers for 750 Personnel (male and female) Inclusive of grey water storage/removal 20 Feb-10 April (1) 130T Crane (Gantry) 5-7 March (24 hours each day) 4-7 April (24 hours each day) Crane Labor 5-7 March (9 hours per day) 4-7 April (9 hours per day) Crane Labor (overtime) 5-7 March (15 hours per day) 4-7 April (15 hours per day) (1) Crane Crew Truck 5-7 March (24 hours each day) 4-7 April (24 hours each day) (1) 25K Forklift with Driver '5-9 March (24 hours each day) 22 March -7 April (24 hours each deay (1) 6K Forklift with Driver 5-10 March (24 hours each day) 22 March -7 April (24 hours each day) (6) Drivers (Tractor) 5-7 March (9 hours each day) 3-7 April (9 hours each day) (6) Drives Overtime (Tractor) 5-7 March (15 hours each day) 3-7 April (15 hours each day) (6) Tractors 5-7 March (24 hours each day) 3-7 April (24 hours each day) (6) Trailers 5-7 March (24 hours each day) 3-7 April (24 hours each day) •o Lift Station Water Pumping Service PH-438, Lift Station C-Pit (8) Pressure Washers (hot water, 3,500 PSIG) (lease only) 26 March-5 April Flood lights To light LSA for 2100 personnel Inclusive of fuel for any generators associated with the lights 20 Feb-10 April Point Mugu Chemical Toilets for 2100 Personnel Service/replenshipment min of 2 x Week 20 Feb-10 April Hand Washing Station for 2100 Personnel Service/replenshipment min of 2 x Week 20 Feb-10 April Lift Station Water Pumping Service PM-61, Lift Station 1 Grey Water and Black Water storage/removal for Expeditionary Field Kitchen On Site Laundry Service for 2100 Personnel 20 Feb-10 April Dumpsters and associated refuge removal for 2100 Personnel Shower Trailers for 2100 Personnel (male and female) Inclusive of grey water storage/removal 20 Feb-10 April Flood lights To light LSA for 2100 personnel Inclusive of fuel for any generators associated with the lights 20 Feb-10 April (8) Pressure Washers (hot water, 3,500 PSIG) (lease only) 28-31 March Bulk Water Storage and Delivery (Potable)(amounts TBD) If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. [Note: In accordance with FAR 10.001(b), agencies should not request potential sources to submit more than the minimum information necessary.] The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE-DISABLED VERTERAN OWNED SMALL BUSINESSES. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 07 January 2019. All responses under this Sources Sought Notice must be emailed to Jennifer L. White at jennifer.l.white@usmc.mil. If you have any questions concerning this opportunity please contact: Jennifer White at (760) 763-5647.