Utah Bids > Bid Detail

Salt Lake City Dwellings

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • V - Transportation, Travel and Relocation Services
Opps ID: NBD00159207911929619
Posted Date: Jun 16, 2023
Due Date: Jul 6, 2023
Solicitation No: W911SA23Q1069
Source: https://sam.gov/opp/899116be71...
Follow
Salt Lake City Dwellings
Active
Contract Opportunity
Notice ID
W911SA23Q1069
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
419TH CSB
Office
W6QM MICC FT MCCOY (RC)
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 16, 2023 09:43 am CDT
  • Original Response Date: Jul 06, 2023 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: V231 - TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: LODGING, HOTEL/MOTEL
  • NAICS Code:
    • 531110 - Lessors of Residential Buildings and Dwellings
  • Place of Performance:
    Salt Lake City , UT 84113
    USA
Description

This is a Sources Sought Notice ONLY. The Mission and Installation Contracting Command at Fort McCoy, WI desires to procure on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought notice with information sufficient to support a set-aside. We encourage all small businesses, in all socioeconomic categories (including 8(a) Business Development Program, Small Disadvantaged Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price and their ability to comply with the requirements of FAR clause 52.219-14, Limitations on Subcontracting (Deviation 2021-O0008).



The anticipated North American Industry Classification System (NAICS) code for this requirement is 531110, Lessors of Residential Buildings and Dwellings with a small business size standard of $34 million.



This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. 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 or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement.



The U.S. Government is seeking qualified, experienced sources capable of providing long term commercial lodging accommodations consisting of 1 bedroom, single occupancy, fully furnished dwellings within a 5-mile radius of 103 Soldier E, in Salt Lake City, UT. The dwellings shall be non-smoking and include: separate kitchen, living, and bedroom areas; washer/dryer; safe; furnished kitchen with a full-sized convention/convection oven with stove (min 5 cubic feet oven and 4 burner/elements), full-sized refrigerator (min 22 cubic feet), kitchenware and housewares; 1 full size closet minimum of 80 square feet; utilities included; cable and high-speed internet (300 mbps) included; pet friendly; room rate no higher than per diem for zip code 84113; and enclosed parking preferred. The Government anticipates award of an Indefinite Delivery / Indefinite Quantity (IDIQ) contract with a period of performance of five years from 1 October 2023 to 30 September 2028. It is estimated that the maximum number of dwellings will be 14 and the minimum 4, each with an occupancy of up to 365 days.



In response to this Sources sought, please provide:




  1. Name of the firm, point of contact, phone number, email address, website address, telephone number, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

  2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangements that will be pursued, if any as well as your ability to comply with the requirements of FAR clause 52.219-14, Limitations on Subcontracting (Deviation 2021-O0008).

  3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent qualifications, proposed solution, alternative solution, etc., that will facilitate making a capability determination.

  4. Information to help determine if the required item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

  5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Provide recommendations to improve the approach/specifications to acquiring the identified items.

  6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

  7. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Melissa Guthmiller via email at melissa.r.guthmiller.civ@army.mil no later than 12:00 p.m. noon CST on 6 July 2023. Please reference all email correspondence with the following Subject line: Salt Lake City Dwellings. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN BLDG 1108 SOUTH R STREET
  • FORT MCCOY , WI 54656-5142
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 16, 2023 09:43 am CDTSources Sought (Original)

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 >