The 413TH CSB, RCO-HAWAII, 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 Maintenance
Assistance & Instruction Team (MAIT). 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
% On-Site Government % Off-Site Contractor
HAWAII 95% 5%
GUAM 95% 5%
ALASKA 95% 5%
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
n accordance with (IAW) these assignments, the MAIT program provides
Army Division and Corps organizations with logistics expertise and
training to improve soldier forces with capabilities in support of the
National Security and Defense. USARHAWs mission is to prepare
conventional forces to provide a sustained flow of trained and ready land
power to Combatant Commanders in defense of the Nation at home and
abroad. MAIT mission is to provide each Corps and Division Commanding
General an evaluation and assistance team which assists in meeting
Army objectives for deployment and provides logistics expertise with
effective and responsive independent logistics assistance, training, and
assessments that improve combat effectiveness, readiness and
efficiencies.
REQUIRED CAPABILITIES
The Contractor shall provide all personnel, equipment, supplies, facilities,
transportation, tools, materials, supervision, and other items and nonpersonal
services necessary to perform Maintenance Assistance &
Instruction (MAIT) support Services as defined in this Performance Work
Statement (PWS) except for those items specified as government furnished
Equipment (GFE) and services in support of the areas specified in
Program Background (above). Further detail is provided 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. “A DD Form 254
Contract Security Classification Specification shall apply to this
requirement. All contractor personnel shall have, at minimum, a
SECRET clearance within 30 days of start of full performance and
shall maintain the same level of security for the life of the
contract. The prime contractor shall have or demonstrate ability
to obtain a Secret Facility Clearance.
• Service Contract Act
• Government Furnished Property plan.
ELIGIBILITY
The applicable NAICS code for this requirement is 541614 with a Small
Business Size Standard of $20M. The Product Service Code is R408.
Businesses of all sizes are encouraged to respond; however, each
respondent must clearly identify their business size in their capabilities
statement.
A draft Performance Work Statement (PWS) 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 1 PM, HST, June, 9, 2023. All responses under this Sources Sought
Notice must be e-mailed to Maletta Chan,
maletta.a.chan.civ@mail.mil and Daryl Duenas,
daryl.s.duenas.civ@mail.mil.
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 PWS 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, DUNs number, etc.
7.) 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.
8.) Include in your response your ability to meet the requirements in the
Facility and Safeguarding requirements.
The estimated period of performance consists of a base year plus 4
(1-year) option periods with performance commencing in Sept 2023.
Specifics regarding the number of option periods will be provided in the
solicitation.
The contract type is anticipated to be a Firm-Fixed Price (FFP) with a
travel Cost-reimbursement Contract Line Item Number (CLIN).
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.
Your response to this Sources Sought, including any capabilities
statement, shall be electronically submitted to the Contract Specialist,
Maletta Chan, in either Microsoft Word or Portable Document Format
(PDF), maletta.a.chan.civ@mail.mil.
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.