Georgia Bids > Bid Detail

Ft. Stewart Base Operation Support Services - Amended

Agency:
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159748465375661
Posted Date: Jan 25, 2024
Due Date: Feb 2, 2024
Source: https://sam.gov/opp/0328545dc1...
Follow
Ft. Stewart Base Operation Support Services - Amended
Active
Contract Opportunity
Notice ID
W5168W24R0018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Office
W6QM MICC-FDO FT SAM HOUSTON
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jan 25, 2024 08:38 am CST
  • Original Response Date: Feb 02, 2024 12:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M1AZ - OPERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Fort Stewart , GA
    USA
Description

SOURCES SOUGHT SYNOPSIS



Base Operation Support Services



THIS IS AN AMENDMENT TO THE ORIGINAL SSS POSTED ON 06/21/2023 UNDER NOTICE ID #W5168W23R0019 TO SAM.GOV. THIS AMENDMENT IS TO CLARIFY THAT THERE ARE THREE CONTRACTS BEING CONSIDERED FOR CONSOLIDATION INTO THE OVERALL BASOPS REQUIREMENT, WHICH WAS PREVIOUSLY IDENTIFIED IN THE DRAFT PWS POSTED UNDER NOTICE ID #W5168W23R0019.



This is a Sources Sought Synopsis (SSS) ONLY. The United States (U.S.) Government desires to procure base operations (BASOPS) support services at the U.S. Army Garrison Fort Stewart, Liberty County, Georgia, limited to 100% SB set-aside or further set-aside for socioeconomic categories based upon market research, 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 Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The GPE is located at https://sam.gov.



BACKGROUND: A continuing need is anticipated for base operations support services at the U.S. Army Garrison Fort Stewart, Liberty County, Georgia. Attached you will find the draft Performance Work Statement (PWS). This is a consolidation of three additional requirements into the overall BASOPS contract. All current contracts are identified in the paragraph below.



The Government currently contracts for these services under contract W9124M20D0001 (BASOPS), W9124M23P0089 (Scales Inspection and Maintenance), W9124M21P0040 (Elevator Maintenance and Repair) and W9124M20P0052 (Grease Traps).



The contractor shall provide quality base operation support services with flexible, efficient and cost effective service. The services outlined encompasses the following: Unaccompanied Housing Services, Facilities Engineering Services Management, Solid Waste Management Services, Grounds Maintenance, Snow and Ice Removal, Facility Maintenance, Maintenance Surfaced and Unsurfaced, Pest Management Services, Scales Inspection and Maintenance, Grease Traps, and Elevator Maintenance and Repair.



The NAICS code assigned to this acquisition is 561210, Facilities Support Services, with a corresponding size standard of $47.0M. 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 base operations support services.



PURPOSE OF THIS SOURCES SOUGHT: To request information on capabilities of potential offerors to provide the services described herein.



Electronic submissions only: Responses are due no later than 12:00pm CST on 2 February 2024 to facilitate planning and ensure maximum consideration. The email 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.



Interested businesses should provide a brief capability statement package (limited to no more than 30 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement. The Government prefers that your firm submits its response in Microsoft Word, Adobe Acrobat, or a combination of the two and the document(s) must be searchable.



Include: Whether the experience has been as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).



Email the capability package to:




  • Robert Kersh - Contract Specialist at email: robert.e.kersh3.civ@army.mil

  • Samuel Colton - Contracting Officer at email: samuel.j.colton.civ@army.mil



The email subject line should include: The Firm’s Name, “Response to the Sources Sought Synopsis for the BASOPS at Ft. Stewart”, W5168W24R0018.



**Note: the location(s) and corresponding solicitation number that you are responding to must be identified on the subject line.



In response to this sources sought, please provide:



1. A company’s profile must include: The name of the firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and UEI (Unique Entity Identifier). Respondents must also indicate small business certification status for example, Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Economically Disadvantaged Woman Owned SB (EDWOSB), WOSB, HUBZone, or Service Disabled Veteran Owned SB (SDVOSB).



2. Respond to: What fundamental tasks you believe need to be performed to successfully accomplish the base operation support services? In essence, what primary tasks should be used for determining minimum capability to provide these services?



3. 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 base operation support services and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing base operation support services (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with.



4.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 2021-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, excluding certain other direct costs and certain work performed outside the United States, to subcontractors that are not similarly situated entities. “



5. Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB).



6. Information on the financial capacity of your business to meet financial obligations (i.e.



payroll, payment of subcontractors, etc.).



7. 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 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@army.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://sam.gov. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.




Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTOR MICC IRC 2371 INFANTRY POST ROAD
  • FORT SAM HOUSTON , TX 78234-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2024 08:38 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >