Utah Bids > Bid Detail

Bridge-Dugway Proving Ground-Base Operations Support Services (BOSS)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159513255303217
Posted Date: Apr 10, 2023
Due Date: Apr 17, 2023
Solicitation No: W911S6-23-Q-0011
Source: https://sam.gov/opp/cc8b4e34f2...
Follow
Bridge-Dugway Proving Ground-Base Operations Support Services (BOSS)
Active
Contract Opportunity
Notice ID
W911S6-23-Q-0011
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
418TH CSB
Office
W6QM MICC-DUGWAY PROV GRD
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Apr 10, 2023 11:44 am MDT
  • Original Response Date: Apr 17, 2023 12:01 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: M1AZ - OPERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Dugway , UT 84022
    USA
Description

Sources Sought Notice





RFQ W911S6-23-Q-0011





NAICS code is 561210





(Facilities Support Services)





PSC M1AZ-Operations OF other Administrative Facilities and Services





Dugway Proving Ground-Base Operations Support Services (BOSS)





THIS IS A Sources Sought Notice ONLY. This sources sought is not a request for competitive proposals. The U.S. Government currently intends to award a contract for the Base Operations Support Services (BOSS). Seeking vendors that will be required to provide immediate services via this Base Operations Support Services (BOSS); contract will include the following: grounds maintenance, facility engineering services, engineering resource management, operation and maintenance of utilities systems, maintenance of roads and structures, family housing operations, systems maintenance & repair, locksmith services, fuel and heating, oil distribution, industrial wastewater treatment plant, sanitary landfill operations, warehousing and supply, cathodic protection, locksmith services, sanitary wastewater treatment and collection system, water systems and distribution services, repair or revise/change/modify of existing interior and exterior work, and other on-post miscellaneous work (i.e. special events such as support to an activation or exercise of contingency plans, outside the normal duty hours) in support of the DPW at DPG, Utah. The DPG BOSS contract will provide management, supervision, quality control, materials. supplies, labor, and equipment, except that specified as government-furnished, necessary to accomplish the services.





The above BASEOPS services impact every tenant activity assigned to DPG as well as the military and civilian employees and family members on the installation. Period of Performance is one (1) six-month period, plus two (2), three-month (3) option periods.





Period of Performance



Period of Performance



Base Period



1 July 2023 to 24 Dec 2023



3 Month Option Period



25 Dec 2023 to 22 Mar 2024



3 Month Option Period



23 Mar 2024 to 20 Jun 2024





Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.





If no other sources other than the current/incumbent service provider is identified, the government, may utilize FAR Part 6 Sole Source Justification and Approval (JA) that will be completed and issue an additional sources sought posting with intent to sole source.





Incumbent service provider:



Chenega Facilities Management, LLC



5726 W. Hausman Road, Suite 100



San Antonio, TX 78249





If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 1:00 P.M. Mountain Standard Time, 17 April, 2023. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-23-Q-0011 and e-mailed to the Point of Contact (POC) listed below.





This notice 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. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The NAICS code is: 561210. Size Standard is $47 Million Dollars. THE PSC IS M1AZ.





This notice will be distributed solely through the Contracting Opportunities Website (https://sam.gov). Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition.





Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement:





1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes. Provide recommendations to improve the Army's specifications to acquiring the identified items.





3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.





4. Information to help determine if the requirement (items) 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. 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 certifications, etc., that will facilitate making a capability determination.





6. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firm's technical capability to meet these requirements by 1:00 P.M. Mountain Standard Time, 17 April, 2023. In order to protect proprietary information and prevent the unintentional releasing of guarded information all interested firms must conduct their own research regarding the specifications of the above listed item(s). All inquiries shall be clearly marked with Sources Sought ID Number W911S6-23-Q-0011 and e-mailed to the Point of Contact (POC) listed below.





7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





Interested parties shall enter "DPG Base Operations Support Services” in subject line of email. Interested parties should provide a statement of interest on company letterhead (not to exceed 20 pages in length) to: U.S. Army Contracting Agency/Dugway, CCMI-CHD-DP, Attn: Nicholas J. Rowton, Contract Specialist, 5330 Valdez Circle, MS #1, Dugway Proving Ground, Dugway, Utah 84022-5000.




Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 5330 VALDEZ CIRCLE
  • DUGWAY , UT 84022-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 10, 2023 11:44 am MDTSources 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 >