Ft Carson BASOPS (Base Operations Services)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Mission and Installation Contracting Command (MICC-Fort Carson) is soliciting proposals for Base Operations Support Services (BASOPS) at Fort Carson, CO, and the Pinon Canyon Maneuver Site (PCMS). This Solicitation seeks a contractor to provide comprehensive maintenance and repair services for real and non-real property. This opportunity is designated as a Historically Underutilized Business (HUBZone) Set-Aside. Proposals are due by June 28, 2024.
Scope of Work
The contractor will provide all personnel, equipment, supplies, and supervision for Base Operations Support Services. This includes Grounds Maintenance (CLS 404), Pavement Clearance (CLS 408), Facility Maintenance - Vertical (CLS 411), Facility Maintenance - Horizontal (CLS 420), Heating and Cooling Services (CLS 501), and Wastewater Services (CLS 503). Services encompass Demand Maintenance Orders (DMOs), Preventive Maintenance Orders (PMOs), Operations Work Orders (OWOs), and Project Work Orders (PWOs). The scope also includes maintaining historic properties, dust suppression, utility location, and as-built drawing updates. The estimated total contract value for Project Work Orders (PWOs) is $32,500,000.00.
Contract & Timeline
- Contract Type: Solicitation (Negotiated)
- Set-Aside: Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
- Place of Performance: Fort Carson, CO, and Pinon Canyon Maneuver Site (PCMS)
- Proposal Due Date: June 28, 2024, by 12:00 PM CST (for inquiries and proposal submission)
- Phase-in Period: A 60-day phase-in/phase-out period is required.
- Contract Term: The evaluation considers a 60-month contract term plus one-half of the last Option Period for the option to extend services.
Evaluation Factors
Award will be based on a best value tradeoff, considering:
- Mission Capability: Evaluated on an Acceptable/Unacceptable basis, focusing on Key Personnel (Project Manager, GFEBS PM Coordinator Lead), Workflow Execution (PMO/DMO plans within GFEBS), and Organizational/Staffing structure.
- Past Performance: Assessed for recency, relevancy (within the last three years), and a Performance Confidence Assessment. (Note: An updated Attachment T for PPQ submission was referenced, but the document itself still showed a May 28, 2024 deadline. Bidders should confirm the latest PPQ submission date.)
- Price: Evaluated for reasonableness and balance. The Government reserves the right to award without discussions.
Key Requirements & Attachments
Offerors must submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, adhering to strict formatting and page limitations. Key personnel require appropriate clearances (e.g., Tier 3/Secret for Project Manager). Compliance with environmental, safety (OSHA), and security regulations is mandatory, including specific training (iWATCH, AT Level I, OPSEC). Contractors must utilize Government systems like GFEBS and ArMA for work order management and provide a Quality Control Plan (QCP) and Property Management System (PMS). Numerous technical exhibits detail workload data (2018-2023), installation maps, equipment inventories (HVAC, fire systems, UPS, cranes, etc.), and required plans (Transition, Safety, Snow, Wastewater, etc.). Government Furnished Property (GFP) will be provided and maintained by the Government.