SOURCES SOUGHT
R -- Operations and Maintenance of the Department of Public Works (DPW) located at Carlisle Barracks, PA
- Notice Date
- 11/4/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Fort Eustis Contracting Center, Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W25BDS9294N001
- Response Due
- 11/20/2009
- Archive Date
- 1/19/2010
- Point of Contact
- Richard Downs, 7578782800x2225
- E-Mail Address
-
Fort Eustis Contracting Center
(richard.downs@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Small Business Sources Sought and Request For Information (RFI): This is a request for information and a sources sought announcement seeking only qualified small businesses in order to determine small business participation and learn about industry practices and other relevant industry information. The Mission and Installation Contracting Command Center - Fort Eustis has a requirement for the operations and maintenance of the Department of Public Works (DPW) located at Carlisle Barracks, PA. This requirement has and continues to be performed by Field Support Services, Inc. The contract will be for one year with four option years. The period of performance will be 1 April 2011 to 31 March 2012 for the base year, including the phase-in period. The requirement includes buildings and structures maintenance, utility systems operation and maintenance, HVAC systems operations and maintenance, grounds maintenance, surface areas maintenance, pest control, installation transportation services, base supply service and materiel maintenance. The building and structures maintenance requires the contractor to maintain and repair all buildings and structures on Carlisle Barracks, to include performing alterations and minor construction. The utility systems operation requires the contractor to perform maintenance and repair of the water distribution systems, wastewater and stormwater collection systems, steam distribution systems, high voltage systems, fuel distribution systems, electrical secondary systems, natural gas systems, and associated structures and appurtenances at Carlisle Barracks. The HVAC systems operations and maintenance requires the contractor to operate, maintain, repair and replace heating, ventilating and air conditioning (HVAC) equipment and systems at Carlisle Barracks. This shall include, but is not limited to, the handling of fuels, lubricating oils, chemicals, auxiliary machinery, and boiler water treatment; attending boiler fires to maintain steam pressure as required; and controlling the operation of chillers and cooling towers. The grounds maintenance requires the contractor to perform maintenance and repair of grounds, landscaping, associated structures and appurtenances at Carlisle Barracks, including family areas. Grounds maintenance includes mowing, trimming, edging, aeration, fertilization; weed and brush control; flower bed services; tree and shrub pruning; tree and stump removal; erosion control; debris, drain, catch basins, and ditch cleanup; soil sampling for deficiencies of PH; inspecting and correcting damage caused by pest infestation, herbicide and pest control services, vehicles, and storms; landscaping operations; and other services as required. The surface areas maintenance requires the contractor to perform maintenance and repair of surfaced areas, including roadways, parking lots, trails, widened shoulders, gravel and earth surfaced areas, bridges, and associated structures and appurtenances at Carlisle Barracks. Pest control requires the contractor to prevent and control mosquitoes, termites, mites, bedbugs, chiggers, flies, ants, ticks, cockroaches, slugs, maggots, worms, bores, rodents, and other nuisance pests, including weeds and other vegetarian pests. Installation transportation services requires the contractor to provide motor pool operations and administrative operations to facilitate passenger, freight, household goods and units moves. This service does not require the contractor to perform the actual moves. Base supply service requires the contractor to perform all standard installation supply services in support of Carlisle Barracks. These installation supply services include property control, storage, and services associated with providing and controlling retail level supplies and materiel. Materiel maintenance requires the contractor to service and repair end items, major sub-systems and assemblies and component items to include: wheeled commercial and construction equipment and vehicles, engines, transmissions, transfer cases, axles, winches, final drives, steering gears, fuel systems, generators, regulators, and lead-acid batteries. Other equipment may include grounds-keeping equipment, snow removal equipment and other such items. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential 8(a) SDB and other small business firms capable of providing the services described herein prior to finalizing the method of acquisition and issuance of a Request for Proposal. The NAICS contemplated for this requirement is 561210 with a size standard of $35.5M. The incumbent contractor is Field Support Services Inc, Greenbelt, MD. The current Contract No. is W911S0-06-C-0005. It is the Governments intention to make this acquisition an 8(a) set-aside; however, the current capabilities of industry must be confirmed. As such, only small businesses may respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Base Period 1 April 2011 31 March 2012 (12 mo including phase-in) Option Period I 1 April 2012 31 March 2013 (12 mo) Option Period II 1 April 2013 31 March 2014 (12 mo) Option Period III 1 April 2014 31 March 2015 (12 mo) Option Period IV 1 April 2015 31 March 2016 (12 mo) The Contract Type is anticipated to be a Firm Fixed Price (FFP). All services will be performed on Carlisle Barracks, PA. PART I Capabilities Packages It is requested that interested small businesses submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in this Sources Sought notice. A generic capability statement is not acceptable. Please review carefully the requirements listed below. Your documentation must address, at a minimum, the following: (1) title of the Sources Sought you are applying to; (2) company profile to include number of employees, revenue for the last 3 years, office location(s), DUNS number, CAGE Code, and a statement regarding current small/large business status and certification of 8(a) status and/or other small business status (i.e. VOSB, SDVOSB, WOSB, SDB, and HUB Zone); (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the installation specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to obtain the required industrial certifications for personnel; (7) statement regarding capability to meet surge demand; (8) companys ability to begin performance upon contract award. PART II Market Research Questions (there is no page limit to this portion of response) 1. What transition period would be adequate prior to start of work; 2. What information and workload data is necessary to adequately scope the requirement as a Firm Fixed Price (FFP) effort? 3. What risks do you foresee in utilizing a FFP contract and how would you recommend mitigating these risks? 4. Would you consider this acquisition a commercial service as defined in FAR Part 2.101? What portions of the requirement would you consider non-commercial? 5. Provide any other applicable comments or recommendations not addressed above. The capability statement package and market research responses shall be sent by mail to MAJ Richard Downs, Contract Specialist, Mission and Installation Contracting Center Fort Eustis, 2746 Harrison Loop, Fort Eustis, VA 23604 or by email to richard.downs@us.army.mil. Submissions must be received at the office cited no later than 4:00 p.m. (Eastern Standard Time) on 20 November 2009. Questions or comments regarding this notice may be addressed to MAJ Richard Downs at 757-878-2800 ext. 2225 or via email at richard.downs@us.army.mil All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8bf604bd5c342b1e03f36336393cd0a3)
- Place of Performance
- Address: Fort Eustis Contracting Center Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN01997986-W 20091106/091104235253-8bf604bd5c342b1e03f36336393cd0a3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |