Search Contract Opportunities

Rivanna Station Base Operation

ID: PANMCC25P0000011438 • Type: Sources Sought

Description

THIS IS A Sources Sought Notice ONLY. The Mission and Installation Contracting Command Fort Belvoir (MICC-FB) is issuing this Sources Sought, as a means of conducting market research to identify vendors that can provide all labor, supervision, management, materials, tools, and equipment necessary for the performance in accordance with statement of work for Base Operations and Maintenance Services, at Rivanna Station, Charlottesville, Virginia.This requirement is for the recompete of the BASOPS at Rivanna Station, VA (W91QV121D0007). This requirement will be for operations and maintenance services at Rivanna Station, VA as specified in the Performance Work Statement (PWS). The contract is designed to provide the flexibility to respond to recurring requirements, new requirements, changing requirements, and requirements that tare increased or diminished. This contract is designed to reflect the predictable nature of existing and rescheduled services at existing facilities and buildings by employing fixed price contracts line items. At the same time, the contract provides the flexibility to respond to unscheduled and non-recurring services by employing a cost reimbursement line item(s). Broad Description of Work: The Contractor shall provide all resources and management necessary to perform services, materials, plant supervision, labor, and equipment to operate, maintain, repair, and construct real property facilities, including unaccompanied/troop personnel housing, but excluding military family housing, and provide related services as specified in the Performance Work Statement (PWS), at Rivanna Station. Typical services will include the following: Contractor shall provide operations and maintenance for custodial service at the Child Development Center (CDC) and the access control point buildings, solid waste management, grounds maintenance, pavement clearance/snow and ice removal, facilities maintenance, surfaced and unsurfaced areas, pest management and utilize the facilities management instructions. An annex list of the services is at TE 1 and the annexes for services attached to the PWS. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary as defined in this PWS. The Contractor is responsible for providing all parts required for Preventive Maintenance Orders (PMOs) and all repair parts required for Demand Maintenance Orders (DMOs). Most of the work under the contract is performed in Nicholson Building and a Child Development Center. The Nicholson Building is a Sensitive Compartmented Information Facility (SCIF). All key personnel shall be cleared for TOP SECRET clearance with eligibility for Sensitive Compartmented Information (SCI) prior to date of contract award. Also, all non-key personnel permanently assigned to work in the Nicholson Building shall be cleared for TOP SECRET clearance with eligibility for Sensitive Compartmented Information (SCI) within 30 days of date of contract award. Contractor employees requiring access to secure areas shall be free of felony convictions, and prior military service members shall have an honorable discharge (See DD Form 254, Department of Defense Contract Security Classification Specification).

This notice does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or Request for Proposal (RFP), or the promise to issue any of these notices in the future. This notice does not commit the Government to contract for any supply or service.

This is a Sources Sought, which is being used for informational and market research purposes only. Respondents to this Sources Sought are not considered as offerors and cannot be accepted by the Government to firm a binding contract. The Government is not responsible for any costs incurred by the respondents when responding to this Sources Sought. Respondents should not submit any proprietary information when responding to this document. Respondents should also note that the Government will not return any submittals that is received. 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 (SAM.gov). It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.

The anticipated NAICS code is 561210 Facilities Support Services and a Size Standard of $47 million. The Product Service Code (PSC) is M1AZ Operations of Other Administrative Facilities and Services.

A need is anticipated to identify vendors that can provide the required base operation services as previously stated for Rivanna Station, as per the Statement of Work. Attached are draft Statement of Works (SOW) for Solid Waste Management, Grounds Maintenance, Snow and Ice Removal, Facility Maintenance, Facility Maintenance of Surface and Unsurfaced Areas. The estimated period of performance is to be five years. Please read all of the attached SOW in its entirety. The attached SOW's are drafts and has not been finalized. Based on the attached SOW's, interested parties are requested to submit a capability statement of no more than Five (5) pages in length in Arial font of not less than 10 pitch. The deadline for this response is Tuesday, March 25, 2025, at 3:00 p.m. Washington, DC time. Please provide email responses only to this notice to Denese Y Henson, Contracting Officer at Denese.y.henson.civ@army.mil.

The Government is seeking responses to this Sources Sought from all interested small businesses capable of providing the requirement and in all socio-economic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.), are highly encouraged to identify capabilities in meeting the requirement at fair market prices. Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns, describe any conditions, if any, which may limit small businesses from participating

In response to this sources sought notice, interested are to include the following information:

1. Name of the firm, profile, point of contact, address, email address, phone number, EUI number, CAGE code. A statement regarding business size (including small business type(s), certifications such as SDB, 8(a), HUB-Zone, SDVOSB, WOSB, etc.

2. Identify whether your firm's capability to perform the required services. Information in sufficient detail regarding relevant contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer contact information.

3. The NAICS code contemplated for this requirement is NAICS code is 561210 Facilities Support Services and a Size Standard of $47 million. In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.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 SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

4. Responses are to submit a capability statement of no more than five (5) pages in length in Arial font of not less than 10 pitch. Please provide email responses only to this notice to Denese Y Henson, Contracting Officer at denese.y.henson.civ@army.mil before the deadline of Tuesday, March 25, 2025, at 3:00 p.m. Washington, DC time.

Background
The Mission and Installation Contracting Command – Fort Belvoir (MICC-FB) is conducting market research to identify vendors capable of providing all labor, supervision, management, materials, tools, and equipment necessary for Base Operations and Maintenance Services at Rivanna Station, Charlottesville, Virginia.

This requirement is for the recompete of the BASOPS at Rivanna Station (W91QV121D0007) and aims to provide flexibility in responding to recurring and non-recurring service requirements while reflecting predictable service needs through fixed price contract line items.

Work Details
The Contractor shall provide comprehensive services including: operations and maintenance for custodial services at the Child Development Center (CDC) and access control point buildings; solid waste management; grounds maintenance; pavement clearance/snow and ice removal; facilities maintenance; pest management; and adherence to facilities management instructions.

The Contractor is responsible for all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items necessary as defined in the Performance Work Statement (PWS). Key tasks include: maintaining records of Preventive Maintenance Orders (PMOs) and Demand Maintenance Orders (DMOs); providing monthly reports on work orders; managing warranty programs for equipment; ensuring compliance with security clearance requirements for personnel assigned to sensitive areas; maintaining technical documents; managing customer feedback programs; and executing quality control plans.

The Contractor must also ensure that all work meets or exceeds specified performance standards outlined in the PWS.

Period of Performance
The estimated period of performance is five years.

Place of Performance
Rivanna Station, Charlottesville, Virginia.

Overview

Response Deadline
March 25, 2025, 3:00 p.m. EDT Past Due
Posted
March 19, 2025, 1:05 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Charlottesville, VA 22911 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
33%
Signs of Shaping
The solicitation is open for 6 days, below average for the MICC Fort Belvoir. 76% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/19/25 MICC Fort Belvoir issued Sources Sought PANMCC25P0000011438 for Rivanna Station Base Operation due 3/25/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC M1AZ.
Primary Contact
Name
Denese Y Henson   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (210) 466-3015

Documents

Posted documents for Sources Sought PANMCC25P0000011438

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANMCC25P0000011438

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC25P0000011438

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC25P0000011438

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W91QV1
Source Organization Code
500045554
Last Updated
April 9, 2025
Last Updated By
denese.y.henson.civ@army.mil
Archive Date
April 9, 2025