MOBILE SHOWER FACILITY RENTALS Military Intelligence Readiness Command

Agency: DEPT OF DEFENSE
State: Texas
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159833971778822
Posted Date: May 1, 2024
Due Date: May 6, 2024
Solicitation No: W15QKN-24-X-1009
Source: Members Only
Follow
MOBILE SHOWER FACILITY RENTALS Military Intelligence Readiness Command
Active
Contract Opportunity
Notice ID
W15QKN-24-X-1009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 01, 2024 01:55 pm EDT
  • Original Published Date: Apr 29, 2024 02:44 pm EDT
  • Updated Response Date: May 06, 2024 12:00 pm EDT
  • Original Response Date: May 02, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 21, 2024
  • Original Inactive Date: May 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W085 - LEASE OR RENTAL OF EQUIPMENT- TOILETRIES
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    San Antonio , TX 78257
    USA
Description View Changes

*** SOURCES SOUGHT ***



AMENDMENT 1



The purpose of this amendment is to extend white paper submission due date from 2 May 2024 at 3pm to 6 May 2024 at 12pm.



All other terms and conditions remain in full force and effect.



INTRODUCTION





The U.S. Army Contracting Command-New Jersey (ACC-NJ) located at Fort Dix, NJ is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for four mobile shower facilities to support military service members. 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



100% On-Site Government



Camp Bullis, Texas



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 INFORMMATION PERTAINING TO THIS REQUIREMENT.”





PROGRAM BACKGROUND





The 314th Military Intelligence Battalion (MI BN) have requirements for mobile Shower Facilities for Military Service Members of the 314th MI BN to attend training and to increase readiness located at Camp Bullis, TX. Mobile Shower Facilities are required to support Military Service Members of the 314th MI BN attending Annual Training for Centurian Ice at Camp Bullis, TX.





REQUIRED CAPABILITIES





The Contractor shall provide four mobile shower facilities, two each per male and female that at a minimum contain, twelve working showers stalls. Mobile Shower facilities must be self-contained for both fresh and grey water and be powered by generators. Training Area facilities do not have the required hook ups for outside utilities. There must be separate mobile facilities for females and males in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) 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.





ELIGIBILITY





The applicable NAICS code for this requirement is 562991 with a Small Business Size Standard of $250,000. The Product Service Code is W085. 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 Based Statement of Work (PBSOW) is 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 3 pm, EST, 2 May 2024. All responses under this Sources Sought Notice must be e-mailed to Contract Specialist, Lois McFadden at lois.h.mcfadden.civ@army.mil and also Contracting Officer Elizabeth Horak at elizabeth.a.horak2.civ@army.mil. Please title the subject line of your email “Lodging-Showers to support Military Intelligence Readiness Command. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF)







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.) Provide a statement including current small/large business status for the selected NAICS Code 562991.





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





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





The period of performance shall be from 1 June 2024 through 16 June 2024, the breakdown of set up and breakdown dates are listed in the attached Draft Statement of Work (SOW).





The contract type is anticipated to be firm fixed price.





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.





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.





No phone calls will be accepted.





All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • 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 >