The RFP Database
New business relationships start here

Range Maintenance Support Services (RMSS)


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Range Maintenance Support Services (RMSS)

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Ms. Alyssa Sexton, email: alyssa.r.sexton5.civ@mail.mil. All responses must be received NLT 3:00 PM local Maryland time on 15 February 2019. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website at https://www.fbo.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

Purpose: Request for Information - ATC is one of the Department of Defense's (DoD's) foremost test and training ranges supporting DoD, non-DoD and commercial material developers by testing a broad spectrum of equipment throughout the life cycle, from concept through deployment.


ACC-APG issued multiple award task order contract (MATOC) with Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) CLINs on 11 March 2016 with a total value of $9,999,999.00. Contract number W91CRB-17-D-0001 was awarded to Fred L. Hawkins Company, Inc. Contract number W91CRB-17-D-0002 was awarded to M2 Electric LLC. Contract number W91CRB-17-D-0003 was awarded to Relyant Global LLC. These contracts provide Range Maintenance Support Services (RMSS) to the U.S. Army Aberdeen Test Center (ATC), a subordinate of the U.S. Army Test and Evaluation Command (ATEC), for the following areas: Excavation/Landscaping; Minor Construction; Tug Boat Support; Painting; Electrical/Plumbing; Amphibious Landing Site Support; Power Washing (to include test vehicle undercarriage washing); Pre-fab Buildings; Environmental; Safety; Fire Suppression and Deluge System Support; Portable Latrines; and Heating, Ventilation, Air Conditioning and Refrigeration (HVACR).


The intent of this RFI is to gauge industry interest, capabilities and relevant experience to provide RMSS to ATC.


Business Size Standard: The North American Industrial Classification System (NAICS) code is 238990, All Other Specialty Trade Contractors. The size standard is $15M.
Sub-NAICS codes for portions of this work will include:
238110 - Poured Concrete Foundation and Structure Contractors
238210 - Electrical Contractors and Other Wiring Installation Contractors
238220 - Plumbing, Heating, and Air-Conditioning Contractors
238290 - Other Building Equipment Contractors
238320 - Painting and Wall Covering Contractors
238390 - Other Building Finishing Contractors


While the primary Product Service Code (PSC) for this requirement is J099 - Maintenance/Repair/Rebuild of Equipment - Miscellaneous, portions of this work will also include the following PSCs:


AH16 - R&D Environmental Protection: Pollution Control/Abatement (Management/Support)
F113 - Environmental Systems Protection - Wetlands Conservation and Support
F999 - Other Environmental Services
J012 - Maintenance/Repair/Rebuild of Equipment - Fire Control Equipment
J019 - Maintenance/Repair/Rebuild of Equipment - Ships, Small Craft, Pontoons, and Floating Docks
J041 - Maintenance/Repair/Rebuild of Equipment - Refrigeration, Air Conditioning, and Air Circulating Equipment
J043 - Maintenance/Repair/Rebuild of Equipment - Pumps and Compressors
J045 - Maintenance/Repair/Rebuild of Equipment - Plumbing, Heating, and Waste Disposal Equipment
J059 - Maintenance/Repair/Rebuild of Equipment - Electrical and Electronic Equipment Components
N085 - Installation of Equipment - Toiletries


Industry Day: This acquisition will not have its own industry day because it was briefed at the APG Industry day on 17 April 2018.

Estimated Dollar Value: Not to exceed $10M

Estimated Period of Performance: Five (5) years

Place of Contract Performance: There are multiple places of performance which are determined at the delivery/task order level; however, the majority of the work will be performed at Aberdeen Proving Ground, MD.

Contract Type: At this time, this requirement is anticipated to be a MATOC ID/IQ with CPFF and FFP task orders.

Major Support Services: Provide personnel, equipment, materials and any other items and services not Government furnished to perform services in support of the military testing program and the maintenance and improvement of the various Test Ranges; engineering design; environmental remediation; installation, maintenance, repair and improvement of new and existing test facilities; fire suppression and deluge systems; and HVACR at ATC.

The attached DRAFT Performance Work Statement (PWS) lists the expected major functional areas for which contract support will be required. Interested sources must submit a package demonstrating their relevant experience and ability to provide services outlined in the draft PWS, Section C.3 (Requirements).
Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length.


1. Point of Contact Information:


a. Company:
b. Address:
c. Point of Contact:
d. Phone Number:
e. Fax Number:
f. Email Address:


2. Please identify your company's size standard per the primary NAICS code of 238990, All Other Specialty Trade Contractors. The Small Business Size Standard for this NAICS code is $15M.


For more information on small business, refer to https://www.sba.gov/document/support--table-size-standards.


If your company is a small business, indicate whether any of the small business categories below apply:


8(a):
Small Disadvantaged Business (DB):
Woman-Owned Small Business:
Historically Underutilized Business Zone (HUBZone):
Veteran-Owned Small Business:
Service-Disable Veteran-Owned Small Business:

3. If you identify your company as a SB or any of the SB subcategories as stipulated in Question 3, is your company intending to submit a proposal as a prime contractor?


4. Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule.


5. Is your company prepared to assume financial liability for damages to Government equipment and property incurred as a result of your performance of work under this contract? Please explain.


6. Does your company possess the capabilities to provide the entire range of services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide?


7. Please provide the following information for up to 3 examples of similar work that your company has performed:


a. Contract number(s).
b. Aggregate dollar value of entire contract.
c. Aggregate dollar value of task orders you prime on each MAC. Number of task orders you prime on MAC. Was this work similar in scope?
d. Number of task orders you prime on MAC.
e. Was this work similar in scope?


8. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members.


9. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing.


10. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award?


11. Please provide additional information that you believe we should know about your company in support of this RFI.


Alyssa R, Sexton, Contract Specialist, Phone 4103062678, Fax 4102781337, Email alyssa.r.sexton5.civ@mail.mil - Erin K. Weber, Contracting Officer, Phone 4103062790, Fax 4102781337, Email erin.k.weber.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP