Dining Facility Attendant (DFA) Services Contract
SOURCES SOUGHT Dining Facility Attendant (DFA) Services Contract U.S. Army Garrison at Fort Wainwright and Fort Greely, Alaska 1. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This is a market re... SOURCES SOUGHT Dining Facility Attendant (DFA) Services Contract U.S. Army Garrison at Fort Wainwright and Fort Greely, Alaska 1. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This is a market research tool (FAR Part 10) being used to determine the potential firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Feedback is encouraged and appreciated. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small business or procured through full and open competition. All Small Business categories will be considered. Telephones inquires will not be accepted or acknowledged, and no feedback or evaluation will be provided to companies regarding their submissions. 2. The 413th Contracting Support Brigade, Regional Contracting Office-Alaska (RCO-AK) is seeking responsible sources to provide materials and supplies, with the exception of Government Furnished Property (GFP), to perform non-personal service activities necessary to perform uninterrupted Dining Facility Attendant (DFA) Services to two (2) Dining Facilities on Fort Wainwright and possible third (3) location at Black Rapids. Further detail in provided in the two (2) PWS draft attached to this announcement. It is anticipated that if awarded, the contract will be for one (1) base year of one (1) month phase-in period and eleven months at full performance, and four (4) option years of twelve months each. The contract period is anticipated to commence in July 2019. The contract type is anticipated to be a Performance Based, Firm Fixed Price, Requirements contract. 3. The North American Industry Classification System (NAICS) code contemplated for this service is 722310, Food Service Contractors, with a size standard of $38.5M, however respondents may identify other potential NAICS codes and the reasoning to support the recommendation. This notice is not designed to discourage competition from any business interested in this requirement. Since the current capabilities must be confirmed, all eligible large and small businesses are encouraged to respond. The Government is not obligated and will not pay for any information received from potential sources as a result of this Sources Sought notice. 4. The Government requests that all interested businesses respond to this sources sought notice with a capability statement (3 page maximum with font size no smaller than 11 point) which includes the following information: •a) Identify your firm's capability to meet the Government's requirement. Indicate your interest in performance at Fort Wainwright and Black Rapids. •b) Company Information (e.g. name, business address, point of contact, telephone number, e- mail address). Include DUNS Number and CAGE Code, and size and type of ownership for the organization. •c) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organization 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. 5. The Government will evaluated market information to ascertain potential market capacity to: a) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated. b) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements c) 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. d) Provide services under a performance based service acquisition contract. 6. This Sources Sought synopsis is an advance notice for information and acquisition strategy planning purposes only and is not a solicitation. In order to receive an award from any resultant solicitation, should one be issued, the successful offeror must be registered in the System for Award Management. The SAM website is https://www.sam.gov. •a) This Sources Sought notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. •b) Interested parties are solely responsible for monitoring the FBO website for the release of solicitation package(s) and/or any updates/amendments. 7. Interested parties are invited to submit a response to this sources sought by 13:00 AM Alaska Time (AKT) on 19 February 2019. Please submit all documentation by email in PDF format and state in the subject line "Sources Sought Response for Fort Wainwright and/or Black Rapids DFA Services Contract". Responses received after this date and time will not be reviewed. Files must be kept to a maximum size of 5MB. It is your responsibility to ensure we received your response. All responses must be emailed to the following individual: Mr. O'cie Hendricks; ocie.d.hendricks.civ@mail.mil and Mrs. Patricia Hutcherson; patricia.j.hutcherson.civ@mail.mil. 8. Should you have any questions or concerns regarding this notice, please email the individuals listed above.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »