Missouri Bids > Bid Detail

Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).

Agency:
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159808925853042
Posted Date: Nov 29, 2023
Due Date: Dec 12, 2023
Source: https://sam.gov/opp/94b2b2305b...
Follow
Base operations support services at Fort Leonard Wood and Lake of the Ozarks Army Recreation Area (LORA).
Active
Contract Opportunity
Notice ID
11202023
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: Nov 29, 2023 11:39 am CST
  • Original Response Date: Dec 12, 2023 12:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: M1AZ - OPERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Fort Leonard Wood , MO 65473
    USA
Description

SOURCES SOUGHT SYNOPSIS



W5168W-24-R-0006



Base Operation Support Services



This is a Sources Sought Synopsis (SSS) ONLY. The United States Government (USG) desires to procure base operations support services (BASOPS) at Fort Leonard Wood (FLW) and Lake of the Ozarks Army Recreation Area (LORA). This potential future action will be a Federally Certified 8(a) set-aside that is Competed: with the goal of arriving at a fair market price at the closing of the prospective solicitation for BASOPS at FLW and LORA.





This notice is issued solely for information and planning purposes and does not constitute a USG Request for Quotation (RFQ), Invitation for Bid (IFB), Request for Proposal (RFP) or a promise to issue one of the following: RFQ, IFB or RFP in the future. This announcement does not commit the USG to contract for any supply or service. Additionally, the USG is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this SSS. The USG 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 one is posted on the Government-Wide Point of Entry (GPE) – the System for Award Management. If a solicitation is released, it will be synopsized on the GPE. It is the responsibility of potential offerors to monitor the GPE which is located on the following website: https://sam.gov





The current FLW/LORA effort is being performed under contract number W911S7-20-C-0004.





BACKGROUND: A continuing need is anticipated for BASOPS at FLW. The draft Performance Work Statement is attached to this notice. This potential action is for non-personal services, which is performance-based consisting of functional task areas as described in the Performance Work Statement. Some of these services will be performed at LORA, which is approximately 50 miles from FLW. The scope involves functional task areas related to the following work: Management, Utility Plants and Systems Operations, Heating Ventilation and Cooling Systems, Electrical and Structural Labor, Roads and Grounds, Handling Fuel and Railroads, Environmental and Entomology, the United States Army Maneuver Support Center Complex, Sheet Metal and Sign Shop, and Building Preventive Maintenance. The associated BASOPS Levels of Service are Grounds Maintenance, Pavement Clearance, Vertical and Horizontal Facility Maintenance, Heating and Cooling, Pest Management, and responsibilities for the Army Cemetery Maintenance.





The Product Service Code is M1AZ. The North American Industry Classification System (NAICS) code assigned to this acquisition is 561210, Facilities Support Services, with a corresponding size standard of $47M. If a given Firm intends to use a different NAICS code (e.g., other than 561210), please indicate the chosen code and a statement that supports the alternate NAICS code selected.





The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies (except for Government Furnished Property) to perform activities that comprise BASOPS at FLW/LORA.





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 12:00am CST on Tuesday December 12, 2023, 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 size 12 font (at minimum) demonstrating specific capabilities for this potential requirement. Companies must submit responses 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 or sub-contractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information deemed applicable).





Email the capability package to:





Christopher Weber, Contract Specialist, at email: christopher.weber11.civ@army.mil



Samuel J. Colton Jr., Contracting Officer, at email: samuel.j.colton.civ@army.mil





The potential response email subject line must be as follows (e.g., copy/paste all but the Firm’s Name):





The Firm’s Name / Response to SSS# W5168W-24-R-0006 / BASOPS at FLW and LORA





Respondents must be a Federally Certified 8(a) Firm at the time a prospective company transmits the data to the Government Representatives listed above.



In response to this SSS, each responder must provide:





1. The company’s profile, name, point of contact, phone number, email address, number of employees, annual revenue history, Unique Entity Identification Number to include the Commercial and Government Entity Code (for all applicable company’s, teams, partnerships, or joint ventures).



2. Answers to the following questions:



What:



a. fundamental tasks need to be performed to successfully accomplish BASOPS?



b. primary tasks should be used for determining the minimum capability to provide these BASOPS?



3. Data indicating (or otherwise) that a given firm is interested in the following:



a. Competing for this potential action as a prime contractor.



b. Pursuing this possible effort and: a. subcontracting any of the services out, b. contemplating a Joint Venture, and/or c. using/creating a teaming arrangement.



4. (If available) What percentage of work will be performed by the small business prime contractor, and all similarly situated entity subcontractors (In accordance with FAR 52.219-14, Deviation 2021-O0008, Limitations on Subcontracting, October 2022)?



5. Specific work and comparable experience in BASOPS contracting as a: Prime, Sub-Contractor, Teaming Partners, or a Joint Venture. Firms should include the services provided, the number of facilities involved, and any other relevant information deemed applicable.



6. Information on the financial capacity of your business to meet financial obligations (e.g., payroll, payment of subcontractors, etc.).



7. How the Army can best structure these potential 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@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://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
  • Nov 29, 2023 11:39 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 >