Search Contract Opportunities

Mobile Office for GM25, Fort Eustis, VA   4

ID: W911SA25QA102 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY.

The U.S. Government desires to procure Services for a Mobile Office Building on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.

The government is trying to determine the availability and capability of companies for a Mobile Office Building to be delivered and picked up from Fort Eustis, VA in accordance with the PWS requirements.

We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry www.SAM.gov. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.

The anticipated NAICS code is 532490 Other Commercial and Industrial machinery and Equipment Rental and Leasing, with a size standard of $40 Million.

The estimated period of performance consists of one-time delivery, set-up, tear-down, and pick-up; with performance commencing in FY25.

Attached is the draft Performance Work Statement (PWS).

The deadline for response to this request is no later than 10:00am (Central Time); 02 April 2025. All responses under this Sources Sought Notice must be e-mailed to laurie.e.lago.civ@mail.mil.

No phone calls will be accepted.

All questions must be submitted to the email address 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.

In response to this sources sought, please provide:

1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, 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.

2. Identify which regions your firm is interested in and 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.

3. 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 information, etc., that will facilitate making a capability determination.

4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.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 SAM.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

6. Recommendations to improve the approach/specifications/draft PWS to acquiring the identified items/services.

Background
The U.S. Government is seeking to procure services for a Mobile Office Building on a small business set-aside basis, contingent upon receiving responses from two or more qualified small businesses. The goal is to determine the availability and capability of companies to deliver and pick up a Mobile Office Building from Fort Eustis, VA, in accordance with the Performance Work Statement (PWS) requirements. This initiative supports the Global Mariner 25 mission at Joint Base Langley-Eustis, VA.

Work Details
The contractor shall provide a temporary mobile office space for up to 10 service members, which includes: delivering a modular, climate-controlled office with furniture and a 56K generator; ensuring the building is operational with its own power supply; providing necessary furniture (tables and chairs) for at least 10 people; and recovering the building and equipment by specified dates.

The mobile office must have a locking door, finished interior walls, floors, and ceiling with overhead lighting and wall power outlets. Specific tasks include:
1. Delivery of the mobile office and furniture by 16 May 2025.
2. Recovery of the building and equipment by 02 June 2025.
3. Compliance with quality control measures including inspection systems to ensure adherence to PWS standards.

Period of Performance
The period of performance will commence on 16 May 2025 and conclude on 02 June 2025.

Place of Performance
The work will be performed at Joint Base Langley-Eustis, VA.

Overview

Response Deadline
April 2, 2025, 11:00 a.m. EDT Past Due
Posted
March 26, 2025, 9:54 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Eustis, VA 23604 United States
Source

Current SBA Size Standard
$40 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
80%
Signs of Shaping
The solicitation is open for 7 days, below average for the MICC Fort McCoy.
On 3/26/25 MICC Fort McCoy issued Sources Sought W911SA25QA102 for Mobile Office for GM25, Fort Eustis, VA due 4/2/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 532490 (SBA Size Standard $40 Million) and PSC W099.
Primary Contact
Name
Laurie Lago   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@mail.mil (520) 944-7373

Documents

Posted documents for Sources Sought W911SA25QA102

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W911SA25QA102

Award Notifications

Agency published notification of awards for Sources Sought W911SA25QA102

Contract Awards

Prime contracts awarded through Sources Sought W911SA25QA102

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911SA25QA102

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911SA25QA102

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > 419TH CSB
FPDS Organization Code
2100-W911SA
Source Organization Code
500043007
Last Updated
April 17, 2025
Last Updated By
laurie.e.lago.civ@army.mil
Archive Date
April 17, 2025