Inactive
Notice ID:W911S7-19-X-0082
NOTICE OF INTENT TO SOLE SOURCE/SOURCES SOUGHT The U.S. Government currently intends to award a firm fixed price six-month contract for Operations and Maintenance of the Chemical Defense Training Faci...
NOTICE OF INTENT TO SOLE SOURCE/SOURCES SOUGHT The U.S. Government currently intends to award a firm fixed price six-month contract for Operations and Maintenance of the Chemical Defense Training Facility at Fort Leonard Wood, Missouri on a sole source basis to AECOM Management Services, Inc., but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. 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 identify their capabilities in meeting the requirement at a fair market price which may help support a set-aside. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice is issued solely for information and planning purposes - it 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 this sources sought notice. 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 any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is: 561210 Facilities Support Services, with a size standard of $38.5M Attached is a draft Performance Work Statement (PWS), which establishes the minimum standards for this requirement. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, 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. Identify whether your firm is interested in competing for this requirement as a prime contractor or subcontracting. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Is your business registered in SAM.gov? 4. Information in sufficient detail (Not to exceed standard size pages) 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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes@mail.mil or 210-466-3015, or Chad Buckley , at chad.m.buckley.civ@mail.mil 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 FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft acquiring the identified items. 8. Point of contact for this action is Mr. Chad Buckley, Contract Specialist. Inquiries will only be addressed by Email: chad.m.buckley.civ@mail.mil .