Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOURCES SOUGHT

S -- Request for Information - Installation Support Services, Directorate of Public Works, U.S. Army Yuma Proving Ground, Yuma AZ

Notice Date
7/14/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-10-R-0015
 
Response Due
8/5/2010
 
Archive Date
10/4/2010
 
Point of Contact
carrizalesc, 928-328-3918
 
E-Mail Address
MICC Center - YPG
(r.colette.carrizales@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought/Solicitation Number: W9124R-10-R-0015. The Mission and Installation Contracting Command (MICC) Center- Yuma has a requirement for Installation Support Services (ISS) at the U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ. A draft Performance Work Statement (PWS) has been provided for industry review and is still subject to change. This Request for Information (RFI) is for market research and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the USAYPG. The purpose of this notice is to identify potential sources that may be interested in and capable of performing the work described within the PWS. The services may include, but not be limited to, the following functions: (a) Operations and Maintenance; (b) Engineering Resources Management; (c) Operation of Utilities Systems; (d) Maintenance and Repair of Real Property; (e) Minor Construction; (f) Unaccompanied Personnel Housing (UPH) Maintenance and Repair; (g) Emergency Services (limited to maintenance and repair of any functional work area specified in the PWS); (h) Support of USAYPG Special Community Activities; (i) Test Support; (j) Installation and Repair of Equipment in Place (EIP); (k) Other Engineering Support Services; (l) Animal Control and Management. Information sought: (1) Identify all socio-economic categories that apply to your company (i.e. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business); (2) Does your company regularly engage in the business of providing the management and operation of installation support services which include the functions listed above? Identify similar functions your company is performing or has performed within the last three years that are similar to the ones identified above. Identify contract type and dollar value; (3) Are the functional areas identified within the PWS customarily performed in the commercial marketplace using standard commercial practices or if these services are performed exclusively for government purposes? Please address any areas within the PWS where you believe greater efficiencies can be gained and provide feedback including your rationale; (4) Is your company successfully performing same or similar contracts? Provide examples regarding how successful performance is being accomplished. (Examples or indicators of successful performance as measured by the percentage (%) of award fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports (CDRs); no deductions to contract price for defective services; no Cure/Show Cause Notices; or all Option Periods; (5) What contract type(s) would your company recommend for the contemplated services described within the PWS (i.e. Firm-Fixed Price (FFP), Cost, Time & Materials, etc.)? Please include, from an industry perspective, the advantages and disadvantages of use of each type; (6) From the PWS posted with this RFI and the workload history provided (workload history will be available from the U.S. Army Mission and Installation Contracting Command CenterYuma website at: http://www.yuma.army.mil/sitecontracting.asp after 26 July 2010) is there sufficient data to successfully FFP this requirement? If not sufficient, is there any additional data required in order to FFP this requirement?; (7) Are there any laws and regulations unique to these services which havent already been included in the PWS?; (8) What North American Industry Classification System (NAICS) code would your company recommend for the contemplated services described within the PWS?; (9) Identify if subcontracting opportunities exist for the contemplated services. If applicable, what specific portions and percentages of the tasks identified in the PWS would you elect to subcontract? What percentage of the total contract effort does your organization normally subcontract?; (10) Identify if any possible teaming arrangements exist; (11) Please identify a suitable phase-in period; (12) Identify any experience and knowledge your company has of labor laws, collective bargaining agreements, negotiation with unions and the Service Contract Act, etc; (13) Contract performance will be required at a remote location with an office on-site. Discuss if your company has performed a contract under same or similar conditions? Include contract type, total dollar value of the contract, type of services performed and customer point of contact information for each contract identified. The MICC Center-Yuma does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the MICC Center-Yumas review of the information received. The information obtained from this RFI will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. Interested sources shall provide all feedback in writing no later than 05 August 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/543fcc9cd1cae201d49fd3f42402fac4)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02205030-W 20100716/100714234510-543fcc9cd1cae201d49fd3f42402fac4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.