Inactive
Notice ID:W9124M-18-R-0001
SOURCES SOUGHT SYNOPSIS Base Operations and Maintenance Support Services (BOMSS) W9124M-18-R-0001 This is a Sources Sought Synopsis ONLY in order to update the initial market research conducted under ...
SOURCES SOUGHT SYNOPSIS Base Operations and Maintenance Support Services (BOMSS) W9124M-18-R-0001 This is a Sources Sought Synopsis ONLY in order to update the initial market research conducted under pre-solicitation notice W9124M-18-R-0001. The U.S. Government desires to procure Base Operations and Maintenance Support Services (BOMSS) at Fort Stewart and Hunter Army Airfield (HAAF), Georgia on a small business set-aside basis, provided sufficient qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside as a result of changes to the initial acquisition method. The initial pre-solicitation notice was posted on 2 April 2018 and was amended on 14 February 2019. The amended pre-solicitation notice changed the contract type from Cost Plus Fixed Fee (CPFF) to a single award Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract with a reimbursable cost CLIN for materials. In addition, all draft requirements documents were updated and some of the underlying assumptions for services may have also changed. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. 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 Quotation (RFQ), Invitation for Bid (IFB), or 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 synopsis. 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, 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 for additional information pertaining to this requirement. BACKGROUND: A continuing need is anticipated for the BOMSS requirements at Fort Stewart and HAAF, Georgia. The Government anticipates awarding a single award IDIQ FFP contract for BOMSS at Fort Stewart and HAAF with a reimbursable cost CLIN for materials. The draft Performance Work Statement (PWS), Performance Requirements Summary (PRS), Technical Exhibits with workload data, and draft Request for Proposal (RFP) have been previously posted to presolicitation notice, W9124M-18-R-0001, on Federal Business Opportunities (FBO). The contractor shall provide quality services in support of the BOMSS that supports the Warfighter with flexible, efficient, and cost effective service. This is a non-personal services contract consisting of the following eight (8) Common Levels of Support (CLS): CLS Service Title 403 Solid Waste Management 404 Grounds Maintenance 408 Pavement Clearance 411 Facility Maintenance - Vertical 420 Facility Maintenance - Horizontal 501 Heating and Cooling Services 503 Wastewater Services 510 Pest Management Services The BOMSS tasks includes but are not limited to: • Self Help Supply Center • Maintenance and Repair of Facilities and Equipment • Appliances, Food Service Equipment, Washers and Dryers • Locksmith • Packing and Crating • Masonry • Plaster and Drywall • Carpentry • Painting • Signs • Plumbing and Pipefitting • Electrical • Heating, Ventilation and Air Conditioning • Sheet Metal and Welding • Fencing • Playgrounds • Pest Control • Grounds Maintenance/Surfaced Areas • Refuse Collection and Disposal • Water Supply and Distribution Systems • Wastewater Collection and Treatment Systems • Central Energy Plants, Steam, High/Low Temperature Hot Water (HLTHW) and Chilled Water (CW) Distribution Systems • Natural Gas and Liquid Propane Systems • Project Work • Remote Camp Operations • Fire Suppression (Beginning start of Option 3)/Fire Alarms • Range Maintenance • Landfill Operations • Mass Notification System • Appliance and Furnishings Storage and Issue The NAICS code assigned to this acquisition is 561210, Facilities Support Services, with a corresponding size standard of $38.5M. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, with the exception of Government Furnished Property (GFP), to perform activities that comprise the full operation of BOMSS at Fort Stewart and HAAF, Georgia. PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein to determine if this will be set-aside. While not a firm cutoff, providing responses to this announcement no later than 10:00 a.m. Eastern Standard Time (EST) on 21 Mar 2019 will facilitate planning and ensure your capability receives maximum consideration. Only electronic submissions will be accepted. Interested business concerns should provide a brief "capabilities statement" package (submissions are limited to no more than 25 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 by email to: Contract Specialist: Sydney Johnson Email: sydney.g.johnson.civ@mail.mil Procuring Contracting Officer: Virginia Roberts Email: Virginia.a.roberts.civ@mail.mil Your email subject line should reflect: "Firm's Name, Response to the Sources Sought Synopsis for the Base Operations and Maintenance Support Services (BOMSS) at Fort Stewart and HAAF, W9124M-18-R-0001. Note: the corresponding solicitation number(s) that you are responding to must be identified on the subject line. The size limit of each email, 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 information network will remove all zipped files. In response to this sources sought, please provide: 1. 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. 2. In responding to this synopsis, provide what you believe are the key tasks that need to be accomplished to be successful in a BOMSS operation. In essence, what key tasks should be used for determining minimum capability. 3. Identify 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 then please provide the name of these companies and what work they will be performing, if available. Please provide your company's specific experience in managing BOMSS operations and providing comparable services. Ensure the information is in sufficient detail regarding previous experience in managing BOMSS operations (indicate whether as a prime contractor or subcontractor) on similar requirements (include the services provided (SEE PWS FOR LIST OF SERVICES). If applicable, please provide the same experience information from any Subcontracts, Joint Venture, and/or teaming partners you may propose with. 4. Identify 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 2019-O0003): "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. 5. Identify type(s)/certifications(s) of proposed subcontractors (such as SDB, 8(a), HUBZone, SDVOSB, and WOSB). 6. Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). 7. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8. 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.civ@mail.mil or 210-466-2269, 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.