Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 29, 2012 FBO #4023
SOURCES SOUGHT

Z -- Regional preventative maintenance/emergent repair support

Notice Date
11/27/2012
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Jackson (RC), 4340 Magruder Avenue, 1st Floor, Fort Jackson, South Carolina, 29207, United States
 
ZIP Code
29207
 
Solicitation Number
W912C6-12-R-0002
 
Archive Date
1/31/2013
 
Point of Contact
FAYE JACKSON, Phone: 8037519190
 
E-Mail Address
FAYE.JACKSON@US.ARMY.MIL
(FAYE.JACKSON@US.ARMY.MIL)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 238990. The Small Business Size Standard is $14 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $5,000,000 and $10,000,000. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) OR AN INVITATION FOR BID (IFB). There will not be a solicitation or specifications and drawings available. The Mission Installation Contracting Command Fort Jackson, SC (RSD) is currently seeking potential sources for a Firm Fixed Price (FFP) and indefinite-delivery, indefinite-quantity (IDIQ) type contract with a base period of six (6) months and four (4) one-year option periods. The requirement includes Preventative Maintenance Repair support for 22 USARC facilities located in the states of Georgia, South Carolina, and North Carolina. The support includes, but is not limited to furnishing all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide maintenance, repair, alteration, demolition and minor construction/repair to ensure facilities are sustained in good working condition as described in the Performance Work Statement (PWS) at the following locations: SC001 AIKEN MEMORIAL USARC -- 1984 WHISKEY ROAD-- AIKEN, SC 29803-7918 SC008 FRANCES MARION USARC--201 SOUTH CASHUA DRIVE--FLORENCE, SC 29501-4091 SC011 ECS 124 (G)--BLDG 1701 LEE ROAD--FORT JACKSON, SC 29207-6890 SC012 PFC WILLIAM A MCWHORTER USARC--D-6271 BOYDEN ARBOR ROAD--FORT JACKSON, SC 29207-6851 SC013 FLOYD SPENCE USARC--13000 JACKSON BLVD--FORT JACKSON, SC 29207-6070 SC014 1LT THOMAS KUKOWSKI USARC--814 PERIMETER ROAD--GREENVILLE, SC 29605-5797 SC017 THOMAS DRY HOWIE USARC--1514 HIGHWAY 221 EAST--GREENWOOD, SC 29646-7609 SC019 MYRTLE BEACH USARC--3392 PHILLIS BLVD--MYRTLE BEACH, SC 29577-1534 SC023 N. CHARLESTON USARC #1--BLDG 3270-1050 REMOUNT ROAD--N. CHARLESTON, SC 29406-3516 SC025 ORANGEBURG MEMORIAL USARC--287 JOHN C. CALHOUN DR. SE--ORANGEBURG, SC 29115-6209 SC027 SGT GARY E. FOSTER USARC--1400 W.O. EZELL BLVD--SPARTANBURG, SC 29301-1592 SC029 YORK USARC--904 WEST LIBERTY STREET--YORK, SC 29745-6307 SC048 AMSA #121--BLDG 3271-1050 REMOUNT ROAD--N. CHARLESTON, SC 29406-3516 GA002 SP5 ROY W. MILLER, JR USARC - 3311 Wrightsboro Rd. Augusta, GA 30909-2898 GA025 RTS-MED--BLDG 13401--FORT GORDON, GA 30905-5055 GA026 FORT GORDON USARC--BLDG 14401, 15TH & LANE ST--FORT GORDON, GA 30905-5000 GA097 FORT GORDON USARC--BLDG 39710, 40TH ST--FORT GORDON, GA 30905-5131 GA106 AMSA #54(G)--3311 WRIGHTSBORO ROAD--AUGUSTA, GA 30909-2898 GA115 FORT GORDON USARC--BLDG 21718, B. STREET--FORT GORDON, GA 30905 NC004 WALTER HATCH LEE USARC--224 LOUISIANA BLVD--ASHEVILLE, NC 28806-3499 NC005 MILLER-DUCKETT USARC--306 EAST FRENCH BROAD STREET--BREVARD, NC 28712-3410 NC027 D.W. HUDSON USARC--1500 12TH ST DRIVE NW--HICKORY, NC 28601-1827 The work shall be performed at various locations and could vary from location to location. The following is an example of the dispersion of work at the various locations. (1) Service Calls (both Emergency and Routine): various locations (2) PM (Preventive Maintenance) for various types of dynamic equipment: various locations (3) Inspection, Testing, and Certification for various types of dynamic equipment: various locations (4) Other Recurring Services for various types of dynamic equipment: various locations (5) Lighting Maintenance Services: various locations (6) Maintenance and Repair Services for Emergency Generator Units: various locations (7) HVAC Preventive Maintenance, Service Calls, Repairs: various locations Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14. Limitation on subcontracting (b)(3) states the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Contractor shall provide Performance and Payment Bonds within ten (10) calendar days after award. The contractor shall begin work within ten (10) calendar days after acknowledgement of the Notice to Proceed. If you can meet all of the requirements for this project, please respond to this source sought synopsis by email to faye.jackson@usar.army.mil or faye.jackson@us.army.mil. Response must be received no later than 4:00 P.M. Eastern Standard Time, on 4 December 2012. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your SAM). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State whether your firm can provide a Bid Bond (20% of the bid price or $3 million, whichever is less). 4. Provide your company capability statement and any past or similar efforts as a prime contractor that prove you can meet the qualification criteria listed above, with contract number, project location, and description of work requirements. The solicitation will be posted on or about 1 January 2012 via the Army Single Face to Industry (ASFI) Acquisition to Business Website located at https://www.fbo.gov/. The solicitation will include Federal Acquisition Regulation contract provisions, a bid schedule and performance work statement. The performance work statement will include details of required work elements. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. To be eligible for award, prospective offerors must have an active registration in the System for Award Management (SAM) database. This notice is for informational and planning purposes only and does not constitute a request for proposal and is not considered a commitment by the Government. The Government does not intend to award a contract on the basis of this Sources Sought Notice. No reimbursement will be made for any cost associated with providing information in response to this announcement or any follow-up information requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/659067b1cabe705242f9d27f0494de1c)
 
Place of Performance
Address: Multiple locations listed in description above., United States
 
Record
SN02937894-W 20121129/121127234636-659067b1cabe705242f9d27f0494de1c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.