Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:W91QV120R0003
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The Mission and Installation Contracting Command - Fort Belvoir (MICC-Fort Belvoir) is conducting market research to determine availability ...
THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The Mission and Installation Contracting Command - Fort Belvoir (MICC-Fort Belvoir) is conducting market research to determine availability of firms that are capable of providing Business Operations and Integration (BOID) Support Services. This special notice is for planning and informational purposes only and SHALL NOT be considered as an Invitation for Bid, Request for Quotation, or Request for Proposal. There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions, if any, which may limit small businesses from participation. Description of the requirement to include: 1. Description of Supplies and Services: The Fort AP Hill Department of Public Works (DPW) has a requirement to provide on-site support services for the BOID office. The Contractor shall perform to the standards specified in this PWS. Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in this PWS. It is the requirement of the Contractor to be proficient in the use of GFEBS, ISR Web, ePRISMS, AutoCAD, and cost estimating software systems such as RSMeans. The intent is to establish work requirements that are performance-based and results oriented. This approach is intended to allow the Contractor to determine the best and most cost effective ways to fulfill DPW data management needs in support of SRM activities and their component needs, emphasizing innovation and commercial best practices. 2. The estimated period of performance: Twelve month base period and four (4) twelve month options and six month extension if required in accordance with FAR 52.217-8. 1 December 2019 to 31 May 2025 3. NAICS code for this requirement: 541611, Administrative Management and General Management Consulting Services with a size standard of $15M. FSC: R499, Other Professional Services. Interested firms responding to this synopsis are to include the following information: 1. Firm's name, profile, address, DUNS number, CAGE code, point of contact, telephone number, and email address. 2. Firm's capability to perform the REQUIRED service. Be specific with RELEVANT contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. 3. Firm's business size and all applicable socio-economic category information (i.e. SDB, 8(a) HUBZ, EDWOSB, WOSB, SDVOSB, etc.). 4. Responses are limited to email correspondence, and limited to 5 pages. Questions regarding this Sources Sought announcement shall be submitted NLT 1:00 PM Eastern Standard Time (EST) on October 3, 2019. After this deadline, questions will not be considered regarding this announcement. Interested vendors are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. The Government (WILL NOT) review general capability statements. Please ensure submissions are tailored to this requirement. Questions shall be submitted via email to the POCs below. Daniel.m.quinn1.civ@mail.mil Nekia.l.williams.ctr@mail.mil