SYNOPSIS OF PROPOSED CONTRACT ACTION & SOURCES SOUGHT SYNOPSIS
Base Operation Support Services
This special notice is issued as a combined synopsis of a proposed contract action and sources sought synopsis.
The proposed contract action is for the acquisition of base operations (BASOPS) support services at the U.S. Army Garrison Fort Moore, Georgia, and Alabama for which the Government intends to solicit and negotiate with only one source under the authority of Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(iii). The Government is also seeking to identify any possible industry capabilities in meeting the requirement within a specified timeframe at a fair market price.
The sources sought is for the purpose of requesting information on capabilities of potential offerors to provide the services described in this document and the attached PWS. The sources sought is solely for information 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.
However, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
This notice does not commit the Government to contract for any supply or service. The 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: This is for a continuing need for base operations support services at the U.S. Army Garrison Fort Benning, Georgia, and Alabama.
The Government currently contracts for these services under contract W911SF19C0024. The U.S. Government intends to issue a sole source short-term 12-month contract to the incumbent unless consideration can be provided to responsible firms with the ability to be in place and provide full performance seamlessly upon the current contract expiration on 28 February 2025. Any lapse in services is unacceptable. Interested firms must meet this requirement in order to be eligible for consideration.
*See attached Performance Work Statement (PWS).
The contractor shall provide quality base operation non-Personal support services with flexible, efficient, and cost-effective service, which is performance based. The Contractor shall determine the best and most cost-effective ways to fulfill Facilities Engineering Management Services, Vertical Facilities Maintenance, Horizontal Facilities Maintenance, Cemetery Operations, and Heating and Cooling services and their component needs, emphasizing innovation and commercial best practices.
The NAICS code assigned to this acquisition is 561210, Facilities Support Services, with a corresponding size standard of $47M. The Contractor shall provide all supervision, labor, personnel, equipment, materials, and supplies, except for Government Furnished Property (GFP), to perform activities that comprise base operations support services.
Electronic submissions only: Responses are due no later than 12:00pm EST on 14 February 2025 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 removes 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.
Capabilities package must include the name of the firm, point of contact, phone number, email address, number of employees, annual revenue history, CAGE code, and UEI number. 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).
Include 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). Include information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.).
Email the capability package to: usarmy.moore.acc-micc.mbx.micc-proposals@army.mil
The email subject line should include: The Firm's Name, Response to the Sources Sought Synopsis for BASOPS - Fort Moore.
Background
The U.S. Army Garrison Fort Moore, Georgia, and Alabama is seeking to acquire base operations support services due to a continuing need for these services.
The Government intends to solicit and negotiate with only one source and is also looking to identify industry capabilities that can meet the requirements at a fair market price. The incumbent contractor currently providing these services is under contract W911SF19C0024, which is set to expire on 28 February 2025. A seamless transition without service interruption is critical.
Work Details
The contractor shall provide quality base operation non-personal support services that are flexible, efficient, and cost-effective, emphasizing performance-based outcomes.
Key tasks include:
- Facilities Engineering Management Services
- Vertical Facilities Maintenance
- Horizontal Facilities Maintenance
- Cemetery Operations
- Heating and Cooling Services
The contractor must determine the best methods to fulfill these needs while adhering to commercial best practices. Additionally, the contractor is responsible for maintaining a Quality Control Plan, conducting inspections, managing customer complaints, participating in performance evaluation meetings with the Government, and developing performance metrics for continuous improvement. The contractor must also comply with all applicable laws and regulations during service delivery.
Place of Performance
U.S. Army Garrison Fort Moore, Georgia, and Alabama.