Utah Bids > Bid Detail

Base Operations Support Services, Dugway Proving Ground, Utah

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159105098633202
Posted Date: Jan 24, 2023
Due Date: Jan 26, 2023
Solicitation No: W5128W23R0002
Source: https://sam.gov/opp/7a343a861d...
Follow
Base Operations Support Services, Dugway Proving Ground, Utah
Active
Contract Opportunity
Notice ID
W5128W23R0002
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Office
W6QM MICC-FDO FT SAM HOUSTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 24, 2023 06:20 am CST
  • Original Published Date: Jan 06, 2023 03:37 pm CST
  • Updated Response Date: Jan 26, 2023 02:00 pm CST
  • Original Response Date: Jan 26, 2023 02:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 24, 2023
  • Original Inactive Date: Mar 24, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Dugway , UT 84022
    USA
Description View Changes

The Mission and Installation Contracting Command-Installation Readiness Center on behalf of the Mission and Installation Contracting Command-Dugway Proving Ground, intends to issue a solicitation for a contractor to provide Base Operations Support Services at the U.S. Army Dugway Proving Ground, UT.





Description of Services: This is a non-personal services contract to provide Base Operations and Maintenance Services at Dugway Proving Ground, Utah. The Government will not exercise any supervision or control over the contract service providers. The Contractor shall perform to the standards specified in this Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, 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).. The following is a list of Common Level of Services (CLS) that will be included in this acquisition:





CLS # Services Description



200 Unaccompanied Management



201 Army Family Housing Management



404 Grounds Maintenance



406 Real Property Administration



408 Pavement Clearance Services



411 Facility Maintenance – Vertical



414 Army Family Housing



420 Facility Maintenance – Horizontal



500 Electrical Services



502 Water Services



503 Wastewater Services



510 Pest Management Services



XXX Installation Fuel Services





Solicitation: The Government anticipates a solicitation release date on or about January 25, 2023, through sam.gov website.





Requests for printed copies of the solicitation will not be accepted.





Contract type: A Firm Fixed-Price contract is anticipated, and award will be made to the offeror who provides a proposal that best meets the Government's requirement. All requirements, evaluation criteria, basis for award and proposal due date will be provided as part of the solicitation.





Period of Performance: The anticipated period of performance will be a 60-day phase in, 10-month Base period and four one-year options to include the six-month extension under FAR 52.217-8. The anticipated full period of performance is period of December 21, 2023, to December 20, 2028.





Competition Status: This requirement will be an 8(a) small business set aside under NAICS Code 561210 Facilities Support Services with the size standard of $47,000,000.00.





Vendor Requirements: All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and must have completed Representations and Certifications through the System for Award Management (SAM) at https://sam.gov.





2. NOTICE OF SITE VISIT



A site visit will be held at 5450 Doolittle ave, Dugway, UT 84022 on 2 February 2023 beginning 9:00 am MST. There will be a tour of facilities and short briefing conducted during the site visit. The purpose of the site visit is to allow Offerors to see the site and to Offeror make notes of questions for submission to the Contracting Officer at a later date. Prospective Offerors are highly encouraged to attend the site visit. Remarks and explanations provided by Government representatives during the site visit shall not change the terms of the RFP. Any change to the RFP terms will be conveyed through an amendment to the RFP. Failure to attend the site visit will not disqualify the Offeror; however, the Offeror acts at its own risk and will not be relieved from complying with the terms and conditions of any resultant contract by reason of such failure. In no event will a failure to inspect the site constitute grounds for a claim after award of a contract.





Offerors are limited to two (2) attendees per firm due to room space limitations. Offerors must notify the Contracting Officer and Contract Specialist, by electronic mail no later than 2:00 PM CST on 26 January 2023, if attending the site visit. Include in the Subject Line: “W5168W23R0002, Site Visit.” Notification shall include full name, company, email address and phone number. If no response is received, the conference may be cancelled. No other pre-proposal conference will be scheduled. Attendance is at the expense of the Offerors. The Government cannot guarantee access to Dugway Proving Ground at any other time.





Attendees must arrive on time to be included in the site visit. The visit will start promptly at 9:00 AM MST and anyone arriving after that time will be denied admission. Be advised that Dugway Proving Ground is a limited access installation, and people entering its gates are subject to entrance requirements and possible search. To gain access to DPG, attendees must complete the DPG Visit Access Form (Attachment 2), then email it to the Contracting Officer and Contract Specialist no later than 2:00 PM CST, 26 January 2023. Attendees must arrange their travel to accommodate for these procedures. It is the responsibility of the Offeror to gain access to the Government installation.





All DPG visitors who do not possess a military identification card or Common Access Card (commonly called a CAC card and issued to government employees and authorized contractors) must undergo a computer background check of individual records through the National Crime Information Center prior to gaining entry to the proving ground. These checks are conducted inside DPG's Visitor Control Center located at the main gate and normally take no longer than 15 minutes. All visitors must also possess: 1) Driver's license; 2) Vehicle registration; 3) Proof of insurance.





Since these background checks require U.S. or Canadian identification, they cannot be conducted on visitors who are not U.S. or Canadian citizens. This means that unescorted access to Dugway Proving Ground for these individuals will no longer be granted. Other foreign nationals may only obtain access to the proving ground by being always escorted by an authorized official.





The Visitor Control Center is open for visitor background checks and credentialing Monday through Thursday 7:00 AM to 17:30. All attendees shall use the main gate to access the facility.





Comments and/or questions are prohibited to be asked during the site visit. Offerors shall submit all comments and/or questions in writing to be answered later. This will ensure all Offerors have the same opportunity to receive a correct and accurate answer. This also removes any risk of an incorrect answer being provided verbally without first verifying its accuracy. All comments and/or questions must be submitted via a SINGLE email per Offeror, preferably in a Microsoft Word document attached to the e-mail. Submit to the Contracting Officer and Contract Specialist no later than 2:00 PM CST on Tuesday, 9 February 2023.





At the site visit, there will be no cameras, audio recordings, or videotaping or other recordings allowed, except that done by the Government. Cellular phones with cameras are allowed, but no pictures are permitted to be taken.


Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTOR MICC IRC 2371 INFANTRY POST ROAD
  • FORT SAM HOUSTON , TX 78234-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >