re Taker Support Services
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Care Taker Support Services at Stratford Army Engine Plant (SAEP) in Stratford, Connecticut on a small business set-aside b... THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Care Taker Support Services at Stratford Army Engine Plant (SAEP) in Stratford, Connecticut on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this Sources Sought Synopsis (SSS) with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set-aside this requirement if two (2) or more small businesses do not respond with information to support a possible set-aside. We encourage small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business (SDB), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB) concerns), to identify their capabilities in meeting this requirement at a fair market price. 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry in the Federal Business Opportunities (FBO) website (https://www.fbo.gov/) for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code(s) is: 561210- Facilities Support Services. The associated size standard is $38.5 Million as measured by total revenues. The anticipated period of performance is one (1) base year with two (2) option years. A continuing need is anticipated for the Care Taker Support Services at SAEP which is currently being fulfilled through contract W9124J-17-C- 0019. Attached is the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS). In accordance with Federal Acquisition Regulation (FAR)10.001(a)(3)(i), in order to determine if sources exists capable of satisfying the agency need, the Government will consider all responses to this SSS, particularly those received from 8(a), HUBZone, SDVOSB, WOSB, or small businesses. BACKGROUND: The U.S. Army requires information to determine the availability of resources to provide Caretaker Support Services at the SAEP in Stratford, Connecticut. The BRAC Commission recommended the closing of SAEP in and final closing occurred in 1998. All information available at the time of publication relating to administrative responsibilities, technical responsibilities, performance requirements and workload estimates, are documented in the attached draft PWS. The PWS includes facilities, management, operations, maintenance and repair functions required to safeguard and maintain facility services and systems the Army deems essential at SAEP during the Army's caretaker support phase. The Government seeks to resolve health, safety, and environmental protection concerns, and reduce operating costs at SAEP, which is in caretaker status and projected to undergo further operating reductions in the future. These services are required until the Army is able to transfer or sell the property. Should the transfer of the property occur during the period of performance of this contract, the contract will be modified to incorporate: A revised PWS; an implementation schedule reflecting the early termination; revised funding for the transition and implementation of the revised PWS; and, reduced period of performance. **PLEASE PROVIDE Interested business concerns should provide a brief "capabilities statement" package demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The capability package shall be sent by email to: Ms. Madeline Allison-Contracting Specialist @madeline.m.allison.civ@mail.mil Your email subject line should reflect: "Firm's Name, Response to the Sources Sought Synopsis of W9124J-19-C-STRA and Stratford Army Engine Plant. DO NOT SEND ZIPPED FILES as the Govnerment's network will remove all zipped files. Respondents are encouraged to review the information requested below and ensure a thorough response. Please note respondents to this SSS are responsible for adequately marking proprietary, restricted or competition sensitive information contained in the response. The Government is seeking a response to the following: 1. Name of the firm, Point of Contact (POC), phone number of POC, email address of POC, 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. Identify subcontracting, joint ventures or teaming arrangement that will be pursued (if any). 3. Prior or Current experience performing efforts of similar size and scope within the last five years, including contact number, organization supported. 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. The respondent may identify any unique characteristics or alternative solutions to the performance of work. 4 Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5 Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns or any conditions that may limit small business competition. 6. Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the Mission & Installation Contracting Command (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 FBO notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. The NAICS code contemplated for this requirement is 561210 with a size standard of $38.5 million. In your opinion, does this NAICS code fir this requirement? If not, which NAICS code would you suggest and why? ADDITIONAL INFORMATION: The Government will not return any information submitted in response to this SSS. Responses to this SSS shall be submitted on or before 1200PM CDT on 04 April 2019 via email to Ms. Madeline Allison, Contract Specialist at madeline.m.allison.civ@mail.mil. All questions MUST be submitted in writing. The subject line of your email response must contain reference number W9124J-19-C- STRA and Stratford Army Engine Plant. Verbal questions will not be accepted. Telephonic responses will not be accepted. As a solicitation does not exists, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FBO. Primary Point of Contact: Madeline Allison Contract Specialist Email: madeline.m.allison.civ@mail.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »