Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2013 FBO #4221
SOURCES SOUGHT

S -- Base Operations Services and Support for Fort Bragg, Camp Mackall, Simmons Army Airfield, and Pope Army Airfield in North Carolina

Notice Date
6/13/2013
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-13-S-CTW7
 
Response Due
6/25/2013
 
Archive Date
8/12/2013
 
Point of Contact
Bruce A Helms, 910-251-4580
 
E-Mail Address
USACE District, Wilmington
(bruce.a.helms@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Wilmington District, is seeking sources for base operations services and support for Fort Bragg, Camp Mackall, Simmons Army Airfield, and Pope Army Airfield in North Carolina. Responses to this announcement are due no later than 11:00am EDT, 25 June 2013. Procurement of this requirement will result in a Firm-Fixed-Price type contract. The period of performance will be one (1) base year from date of award to include four (4), twelve (12) month option years. The solicitation will be a request for proposal (RFP) that will be evaluated using best value tradeoff methods under NAICS 561210 with a small business size standard of $33,500,000. The Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and also help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Required Specifications listed below. The responses are for informational purposes only and do no obligate the Government of Contractor in any way. PROJECT INFORMATION: The required is for base operations services and sustainment, restorations, and modernization services on Fort Bragg, Camp Mackall, Simmons Army Airfield, and Pope Army Airfield in support of the Army's mission. The services include, but are not limited to: grounds maintenance services for the Post cemetery; collection and transportation of post wide refuse; Warrior in Transition Battalion barracks custodial services; Airborne and Special Operations Museum (ASOM) custodial services; portable latrines; custodial services at Wilson Park; leased washers and dryers for unaccompanied personal housing, Child Day Care's, Fire Stations and lodging; barracks hand over, and occupancy change cleaning; pump and clean grease traps, field latrines, lift stations, and septic tanks; facility maintenance and repair of the Airborne Special Operations Museum building; maintenance and repair on perimeter fences; personal door maintenance; maintenance and inventory of all fire protection and mass notification equipment; maintenance and repair of truck scales; window repair and maintenance; maintenance and repair of bay doors; inspections, maintenance and repairs on elevators; maintenance and repair of the ground retractable automotive barriers; maintenance and repair of the dining facility suppression systems and exhaust hoods; maintenance and repair services for cranes and hoist equipment; and repair, maintenance and inspections of the airfield lighting systems. Fort Bragg is located in Cumberland, Hoke, Harnett, and Moore counties of North Carolina. Camp Mackall is located in Richmond and Scotland Counties of North Carolina. Simmons Army Airfield and Pope Army Airfield are located on Fort Bragg. Fort Bragg covers over 160,000 acres of land that provides for the training and mobilization of over 50,000 soldiers. SUBMISSION REQUIREMENT: Interested parties are to provide the firm's capabilities on no more than 10 pages and should include firm's name, address, phone number, email and point of contact; CAGE Code; DUNS Number; NAICS registered in SAM; capability to perform services mentioned above; and business size to include small business designation and any small business sub-categories. 1) Provide the following information on your three (3) most recent contracts for projects of similar size and scope you have performed. (a) Contracting agency address (b) Contract Number, date and amount of award, date of completion. (c) Was your company the prime or a subcontractor? (d) Description of items/services provided under the contract. 2) If your firm has never contracted with the Federal Government as a prime contractor, or as a subcontractor to a prime Federal, provide the above information on your three (3) most recent contracts for projects of similar size and scope you have performed for commercial and non-Federal government customers? Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy. Please email your response to the following two email addresses: Karri.L.Mares@usace.army.mil and Bruce.A.Helms@usace.army.mil. If you mail your response, please send it to Bruce Helms, USACE-Wilmington District; 69 Darlington Ave, Wilmington, NC 28403. All responses to this notice must be received on or before 11:00am EDT, 25 June 2013. Questions regarding this sources sought notice must be submitted in writing via email to both email addresses listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c43bfeb91292fb5aac56e87e9882b76a)
 
Place of Performance
Address: USACE Wilmington District CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN03088230-W 20130615/130613234859-c43bfeb91292fb5aac56e87e9882b76a (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.