SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award an interim/short-term contract for Base Operations Support Services on a SOLE SOURCE basis for the period of 21 June 2025 through 31 March 2026. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. 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.
The proposed sole source Base Operations Support Services contract is in support of the Fort Belvoir Department of Public Works. The statutory authority for the sole source procurement is 6.302-1 -- Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 561210, Facilities Support Services, with a size standard of $47M.
The Government currently contracts for these services under contract W91QV1-24-D-0007.
In response to this sources sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Alternate Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, 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 Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Ensure that Marsh Hopkins Marsh.Hopkins.civ@army.mil is copied on all emails.
2. 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.
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 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.
5. Information to help determine if the requirement (item or service) 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.
6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Electronic submissions only: Responses are due no later than 11:00am CDT on 27 May 2025 to facilitate planning and ensure maximum consideration. Email attachments cannot exceed 9 megabytes (MB) due to the Government's email system restrictions. DO NOT SEND ZIPPED files as the Government's network will remove all zipped files. Telephone inquiries will NOT be entertained. Interested businesses should provide a brief capability statement package (limited to no more than 30 pages, single spaced, and 12 font size minimum) demonstrating specific capability in reference to this requirement. The Government prefers that your firm submits its response in Microsoft Word, Adobe
Acrobat, or a combination of the two and the document(s) must be searchable.
Include: Whether the experience has been as a prime contractor or subcontractor on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable).
Email the capability package to:
Marsh Hopkins - Contract Specialist at email: marsh.hopkins.civ@army.mil and
Samuel Colton - Contracting Officer at email: samuel.j.colton.civ@army.mil
The email subject line should include: The Firm's Name, "Response to the Sources Sought Synopsis for the Ft. Belvoir Bridge”