AG3 Support Services at Washington D.C.
This is a Sources Sought Synopsis (SSS) ONLY. The Office of the Assistant Secretary of the Army for Installation, Energy, and Environment (ASA, IE&E), through the Mission and Installation Contracting ... This is a Sources Sought Synopsis (SSS) ONLY. The Office of the Assistant Secretary of the Army for Installation, Energy, and Environment (ASA, IE&E), through the Mission and Installation Contracting Command – Fort Sam Houston, 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 the requirement for support services covering a wide variety of projects and initiatives and will include, but not be limited to: the environmental quality and technology program, the Army safety and occupational health program, strategic initiatives (i.e., Army Campaign Plan), limited Planning, Programming, and Budgeting Execution (PPBE) support, the Army restoration program and oversight in all the above mentioned areas of responsibility. PPBE support shall not include any involvement with the Program Office Memorandum (POM) budget development. Further, the contractor shall not participate in any pre-decisional budget matters due the inherently governmental nature of such work. The U.S. Government desires to procure these services via a potential sole source award with an 8(a), Alaskan Native Corporation Owned Firm (ANC), Tribally Owned Firm, or Native Hawaiian Organization Owned Firm (NHO), provided a qualified ANC, NHO or Tribally-Owned Corporation responds to this sources sought synopsis with information sufficient to support the strategy. However, we encourage all small business concerns in all socioeconomic categories (i.e. Small Disadvantage Business (SDB), 8(a), Historically Underutilized Business Zone (HUBZone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Women-Owned Small Business concerns (WOSB)), to identify their capabilities in meeting the 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. Furthermore, the U.S. Government 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 beta.sam.gov. It is the responsibility of potential offerors to monitor beta.sam.gov for additional information pertaining to this requirement. BACKGROUND: The potential contract will support the ASA, IE&E’s AG3 program support services. A continuing need is anticipated for this requirement which is currently being fulfilled through current contract # W9124J-18-D-0009. The anticipated NAICS code is 541618, Other Management Consulting Services, Size Standard of $16.5M. The Government intends to award an Indefinite Delivery/Indefinite Quantity (ID/IQ) Single Award Task Order Contract (SATOC) contract vehicle. This contract is designed to be a hybrid firm-fixed price (FFP) with a Time and Material (T&M) line item number (CLIN) for travel. It will allow resource allocation flexibility and potential for additional cost savings. The Contract is anticipated to start in June 2021 with a 60 month ordering period. Task orders will be issued during the 60 month ordering period for a period not to exceed 12 months per task order. Attached are a DRAFT PWS dated 22 Dec 2020. Please note all documents are DRAFTS and are attached for reference only. PURPOSE OF THIS SOURCE SOUGHT: To request information on capabilities of potential offerors to provide the service described herein to determine the set-aside. While not a firm cutoff, providing response to this announcement no later than Noon CST on 11 Feb 2021, will facilitate planning and ensure your capability receive maximum consideration. Only electronic submission will be accepted. Interested business concerns should provide a brief “capabilities statement” package (submissions are limited to no more than 15 pages in length, single spaced, and 12 font minimum) demonstrating its capabilities in reference to this requirement. A generic capability statement is not acceptable. No particular format is mandated. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of both and the document must be searchable. The capability package shall be sent to: Mr. Samuel J. Colton, Contracting Officer at samuel.j.colton.civ@mail.mil and Mr. Javelin M. Carouthers, Contract Specialist at javelin.m.carouthers.civ@mail.mil. Your email subject line should reflect: “Firm’s Name, Responses to the Sources Sought Synopsis for the AG3 Support Services at Washington D.C., W9124J2-21-R-0017”. Note: the location(s) and corresponding solicitation number(s) that you are responding to must be identified on the subject line. The size limit of each e-mail, with all attachments, cannot exceed 9 megabytes (MB) due to the Government’s email system restrictions. DO NOT SEND ZIPPED files as the Government’s network will remove all zipped files. In response to this source sought, please provide: i. A company profile to include name of your firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and DUNs number. Respondents must also indicate whether they qualify as a Small Business, SDB, 8(a), EDWOSB, WOSB, HUBZone, or SDVOSB. ii. Discuss your ability to perform the stated efforts provided in the Draft PWS, to include experience in working with the ASA, IE&E program support services, the environmental quality and technology program, the Army safety and occupational health program, strategic initiatives (i.e., Army Campaign Plan), limited Planning, Programming, and Budgeting Execution (PPBE) support, the Army restoration program and oversight in all the above mentioned areas of responsibility. The key task you believe need to be accomplished to be successful in meeting the requirements of the PWS. In essence, what key tasks should be used for determining minimum capability to provide these services? iii. Whether your firm is interested in competing for this requirement as a prime contractor. If you are subcontracting 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 they will be performing, if available. Please provide your company’s specific experience in satisfying the requirements of the PWS and providing comparable services. Ensure the information is in sufficient detail regarding previous experience (indicate whether the experience has been as a prime contractor or subcontractor) in meeting the requirements of the PWS or similar requirements. If applicable, please provide the same experience information for any subcontractors, Joint Ventures, and/or teaming partners you may propose with. iv. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (CLASS DEVIATION 2020-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. v. Type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB). vi. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). vii. How the Army can best structure these contract requirements to facilitate competition by and among small business concerns. viii. The NAICS code contemplated for this requirement is 541618 with a size standard of $16.5M. In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? ix. Identify any condition or action that may have the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at email: 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 notice on https://beta.sam.gov. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
Data sourced from SAM.gov.
View Official Posting »