SOURCES SOUGHT
Z -- SOURCES SOUGHT FOR MAINTENANCE AND REPAIR SERVICES OF WORLD WAR II ERA WOOD FACILTIES, RELOCATABLE BUILDINGS AND RELOCATABLE SHOWER/LATRINE FACILITIES, JBLM, WA.
- Notice Date
- 1/3/2014
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
- ZIP Code
- 98124-3755
- Solicitation Number
- W912DW-14-R-SS00
- Response Due
- 1/17/2014
- Archive Date
- 3/4/2014
- Point of Contact
- Kathaleen Schollard, 2539664369
- E-Mail Address
-
USACE District, Seattle
(kathaleen.schollard@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Seattle District, is seeking information concerning the availability of capable contractors to provide non-personal services for maintenance and repair of approximately 500 World War II era wood facilities, to include dining facilities, relocatable buildings and relocatable shower/latrine facilities. The majority of work required will be service order work for the repair or maintenance of the WWII facilities. Accordingly, the Contractor will be contacted by a customer, a request for work will be made by the customer, and the Contractor will perform the work necessary to remedy the customer request. The Contractor will be required to establish a customer service center on JBLM to respond to these customer requests for repairs and maintenance and must classify all service calls into three categories: emergency service requests, urgent service requests, and routine service requests. Service requests for repairs typically average 300-500 calls per month. Repairs cover a wide variety of services and trades, such as mechanical work, electrical work, carpentry, roofing, plumbing, patching/painting, etc. Examples include troubleshooting and repairing boilers and HVAC systems when there are temperature complaints, repairing inoperative lighting, repairing a leaky roof, troubleshooting and repairing electrical or other power failures, fixing broken windows, fixing clogged toilets/drains, repairing broken pipes or flush valves, responding to oil or gas leaks, fixing loose handrails, patching/painting holes in walls, troubleshooting and repairing kitchen equipment and appliances, repairing malfunctioning equipment or building systems, and other similar tasks typical of maintaining occupied facilities. Preventive Maintenance is also a requirement and includes such items as scheduled maintenance of boilers, oil burners, furnaces, fuel oil piping systems, hot water heaters, condensate pumps, dining facility kitchen equipment, replacement of batteries and smoke testing of battery-powered smoke detectors, pest control, and winterizing and dewinterizing of some facilities. The contractor will also be required to repair, maintain and provide start-up and shut-down inspections of Dining Facility equipment including, but not limited to, convection ovens, deep fryers, hot food tables, commercial reach-in refrigerators and freezers and roof mounted exhaust fans. Services will be required Monday through Friday from 0700 to 1630, except for federal holidays. All work will be performed at Joint Base Lewis-McChord, WA and only facilities on Fort Lewis-Main and Fort Lewis-North are included. The contractor will be required to provide all personnel, equipment, supplies, facilities, transportation, tools, materials and supervision necessary to perform the above requirements. The purpose of this request for information (RFI) is to locate interested businesses that are experienced with work as outlined above and that they are capable of performing the requirements at Joint Base Lewis-McChord in the Washington state. This RFI shall not be construed as a formal solicitation or as an obligation on the part of the Government to acquire any products or services. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation, and clearly provided at no cost to the Government. A formal solicitation will be executed and posted separately at a future date. The USACE, Seattle District, is interested at this point, only in identifying interested and capable contractors for this service as part of the market research effort. The tentative solicitation issue date is to be determined. The Government intends to award one firm-fixed-priced (FFP) contract for a base year and four option years, beginning on or about 1 November 2014. Contact with Government personnel by potential offerors or their employees regarding this project is strictly prohibited. The contracting officer will endeavor to post all information regarding this solicitation as soon as it becomes available. The planned North American Industry Classification System (NAICS) code is 561210 (Facilities Support Services) with the applicable small business size standard of $35.5 million in annual gross receipts. Comments and information on the following areas are requested: (1) Company Cage Code, DUNS, name, address, point of contact and applicable telephone numbers and e-mail addresses; (2) Approximate annual gross revenue; (3) Any small business status (General Small Business, 8(a) Small Business, Service Disabled Veteran Owned Small Business, HUBZone Small Business.). (4) Please provide brief information you feel would indicate your capability to mobilize, manage, and finance a service contract of this magnitude, to include experience you have had in performing similar services, the types of services provided, and the magnitude/extent of services provided. Both Government and Private Sector experience is acceptable; (5) Indicate which NAICS code(s) your company performs under for Government contracts. Request responses be provided no later than 17 January 2014 and forwarded to Robbin Goldsby via e-mail: robbin.o.goldsby@usace.army.mil. Note that the Army Corps of Engineers' email system does not accept files larger than 8MB. The Government is under no obligation to consider information received after 17 January 2014 as part of the formal market research for this acquisition. Small Business (SB) Set-Aside Determination: The Government reserves the right to determine if a SB set-aside is appropriate, as well as one of the targeted socio-economic programs (HUBZone small business, Small Business Administration (SBA) subcontractors referred to as quote mark 8(a) quote mark contractors eligible under Section 8(a) of the Small Business Act (15 U.S.C. 637(a)), or Service Disabled Veteran Owned Small Business), based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the requirements of his effort. Services are currently being provided under contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-14-R-SS00/listing.html)
- Place of Performance
- Address: JOINT BASE LEWIS-MCCHORD, WASHINGTON JBLM JBLM WA
- Zip Code: 98433-0610
- Zip Code: 98433-0610
- Record
- SN03260707-W 20140105/140103233439-c6ab751ef7144575f8c31940c869a2dd (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 |