The RFP Database
New business relationships start here

portable chemical latrine (PCL) and Hand wash service for Fort Stewart GA


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

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES TEMPLATE

 

 

INTRODUCTION

 

The Mission Installation Contracting Command (MICC) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for The Mission and Installation Contracting Command (MICC) - Fort Stewart

intends to issue a Request for Quote (RFQ) for Portable Chemical Latrine

(PCL) and Hand Wash service at Fort Stewart, GA.

 

The anticipated contract will be a single Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a minimum guarantee of service for permanently emplaced PCLs. The anticipated period of performance is a base year from 1OCT 2019 through 30 SEP 2020, with 2, one-year option years. Offers will be evaluated on a lowest priced technically acceptable

basis. It is the Offerors responsibility to check the website as necessary for any posted amendments. Offerors are reminded to carefully review solicitation

documents once issued as criteria stated in the solicitation shall govern.

 

Any questions or concerns relative to this solicitation MUST be submitted in writing via email to the following points of contact: Sharon M Watson at

sharon.m.watson2.civ@mail.mil and Daunte Graves at daunte.d.graves.mil@mail.mil

 

The intention is to procure these services on a competitive basis

 

BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

 

PLACE OF PERFORMANCE

 





 

Location



% On-Site Government



% Off-Site Contractor





Fort Stewart Georgia



100%



100%



 




 
 
 
 
 



 

DISCLAIMER

 

“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”

 

REQUIRED CAPABILITIES

 

The Contractor shall provide Portable Chemical Latrine (PCL) and Hand wash service for Fort Stewart Georgia services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1).

 

The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.

 

ELIGIBILITY

 

The applicable NAICS code for this requirement is 562991 with a Small Business Size Standard of $7M. The SIC Code is 7359. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.

 

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

 

A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1)

 

Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 08 Jul 2019. All responses under this Sources Sought Notice must be e-mailed to either sharon.m.watson2.civ@mail.mil or daunte.d.graves.mil@mail.mil

 

This documentation must address at a minimum the following items:

 

1.) What type of work has your company performed in the past in support of the same or similar requirement?

 

2.) Can or has your company managed a task of this nature? If so, please provide details.

 

3.) Can or has your company managed a team of subcontractors before? If so, provide details.

 

4.) What specific technical skills does your company possess which ensure capability to perform the tasks?

 

5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.

 

6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

 

7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

 

8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

 

The estimated period of performance consists of (a base year plus 2 options, etc.) with performance commencing in October 2019. Specifics regarding the number of option periods will be provided in the solicitation.

 

The contract type is anticipated to be a service type contract. 

 

The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.

 

Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.

 

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sharon M Watson, in either Microsoft Word or Portable Document Format (PDF), via email sharon.m.watson2.civ@mail .mil

 

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

 

No phone calls will be accepted.

 

All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Sharon M. Watson, Contract Specialist, Phone 9127678430, Email sharon.m.watson2.civ@mail.mil - Daunte Graves, Contracting Officer, Phone 912-767-2445, Email daunte.d.graves.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP