Washington Bids > Bid Detail

(Sources Sought) DPW Support Services

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159738867358068
Posted Date: Feb 20, 2024
Due Date: Feb 28, 2024
Source: https://sam.gov/opp/0b5f36d598...
Follow
(Sources Sought) DPW Support Services
Active
Contract Opportunity
Notice ID
PANMCC-23-P-0000027331
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-JB LEWIS-MC CHORD
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 20, 2024 10:10 am EST
  • Original Published Date: Feb 16, 2024 10:00 am EST
  • Updated Response Date: Feb 28, 2024 05:00 pm EST
  • Original Response Date: Feb 19, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Mar 14, 2024
  • Original Inactive Date: Mar 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DC01 - IT AND TELECOM - DATA CENTER SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541513 - Computer Facilities Management Services
  • Place of Performance:
    Joint Base Lewis McChord , WA 98433
    USA
Description

SOURCES SOUGHT INTRODUCTION



The Mission and Installation Contracting Command (MICC) Joint Base LewisMcChord (JBLM) is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Support Services at JBLM. The intention is to procure these services on a competitive basis.



BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.



PLACE OF PERFORMANCE



Location Joint Base Lewis McChord (JBLM)



Yakima Training Center, Yakima, WA



DISCLAIMER “THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY 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.”



PROGRAM BACKGROUND



Directorate of Public Works (DPW) operates and maintains all facilities and utilities at Joint Base Lewis McChord (JBLM), Washington (WA) and the Yakima Training Center, Yakima, WA. This includes buildings, roads, utility systems, grounds maintenance, and environmental & natural resources. DPW Information Technology systems are critical enablers which allow efficient completion of the mission.



The DPW IT department provides a wide range of services primarily to DPW including IT Hardware, Software and Services Procurement, Industrial Control Systems, Information Assurance, Help Desk Support, Database Management and Administration, and Webmaster Services. The DPW IT department provides application support and assistance for Geographical Information Systems (GIS) and Computer Aided Drafting (CAD) for Army Units at JBLM, Yakima Training Center and occasionally other Army Organizations outside of JBLM, WA for regional/national project support.



REQUIRED CAPABILITIES



The contractor shall provide the following services as a part of the DPW IT department: • Information Assurance, hardware support, software support and user management for DPW server systems, DPW common user equipment (such as workstations, printers, scanners, and accessories), DPW Industrial Control Systems (ICS), and DPW Facility Related Control Systems (FRCS). • Operate an Information Technology (IT) Help Desk to receive requests via phone, email, and walk-in. • GIS Services • CAD Services • Database Administration • Web Services • Data Analyst Services • Configuration Control The contractor shall provide the following services within PW Business and Operations integration BOID: • Data Entry The contractor shall provide the following services within PW ESD: • Data Analysis • Data Entry and Procurement Support The contractor shall provide the following services within PW YTC: • Data Entry • Data Analysis Services in support of the areas specified in Program Background (above) are further detailed in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.



SPECIAL REQUIREMENTS:



• Personnel and Facility Security Clearances. Prime Contractor Company to obtain a Facility Clearance (Level Secret or higher) and individual clearances at the appropriate level: The Prime Contractor Company must have a Facility Clearance (FCL) at the appropriate level (IAW the NISPOM DOD 5220.22-M and AR 380-49) prior to the start of the contract awarded period of performance. Contractor personnel performing work under this contract must have the required security clearance, per AR 380-67, at the appropriate level at the start of the period of performance. Security Clearances and FCL requirements are required to be maintained for the life of the contract IAW the DD Form 254 attached to the contract. • Berry Amendment • IT (e.g. Clinger-Cohen Act) • Service Contract Act • Government Furnished Property plan.



ELIGIBILITY The applicable NAICS code for this requirement is 541513 with a Small Business Size Standard of $37.0 million. The Product Service Code is DC01. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)



A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1)



Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5:00 PM, EST, February 26, 2024. All responses under this Sources Sought Notice must be e-mailed to terrance.j.bond.civ@army.mil. Please name the subject line of your e-mail as “(Insert Company Name) – JBLM IT Support Services Sources Sought Response”. Emails shall be no more than five MB in size. If more than five MB are needed, more than one email may be sent. Please name your attached electronic file response as “(Insert Company Name) – DPW Support Services Sources Sought Response.doc” (or .docx or .pdf as appropriate).



This documentation must address at a minimum the following items:



1.) What type of work has your company performed in the past in support of the same or similar requirement?



2.) Can or has your company managed a task of this nature? If so, please provide details.



3.) Can or has your company managed a team of subcontractors before? If so, provide details.



4.) What specific technical skills does your company possess which ensure capability to perform the tasks?



5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.



6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE Code), etc.



7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled VeteranOwned Small Business Concern.



8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.



The estimated period of performance consists of base year plus 4 options years with performance commencing in January 2025. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be firm fixed price (FFP). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Attachments/Links
Contact Information
Contracting Office Address
  • DIRECTORATE OF CONTRACTING BLDG 2015 4TH ST BOX 339500 MS 19
  • JOINT BASE LEWIS MCCH , WA 98433-9500
  • 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 >