Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2014 FBO #4509
MODIFICATION

J -- 81st Regional Support Command Municipal Services, South Carolina - Solicitation 1

Notice Date
3/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-14-R-0017
 
Response Due
4/25/2014 2:00:00 PM
 
Point of Contact
Joshua D. Mueller, Phone: 8433298071, Henry Wigfall, Phone: 843-329-8088
 
E-Mail Address
joshua.d.mueller@usace.army.mil, henry.wigfall@usace.army.mil
(joshua.d.mueller@usace.army.mil, henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FINAL RFP PACKAGE: Offerors shall use this as the final RFP document, dated March 28, 2014. The draft SF1449 is obsolete. See minor revisions to Section L pertaining to the electronic proposal submission instructions. Also added several contract clauses in sections I, K. ************************************************************ ************** FINAL RFP DOCUMENTS POSTED ******************* ************************************************************ INQUIRIES : Offerors with technical inquiries shall submit their inquiries in writing via "Bidder Inquiry" in ProjNet at www.projnet.org\projnet. The bidder inquiry key is 64NJDH-X44ERW. The government reserves the right to decline addressing certain questions. Further, no questions, unless in the government's interest, will be answered any later than ten business days prior to the stated deadline for offers. All Offerors are encouraged to register on ProjNet for alerts so as to stay abreast of Q&A's that are posted in reference to this solicitation. Only self-registered users on ProjNet can submit & review inquiries. To self-register, go to the webpage, click BID tab, select Bidder Inquiry, select agency USACE, enter the key for this solicitation listed above and your email address. After initial login, enter all the required information to create your user ID. Verify the information on the next screen and from there you may submit and view inquiries. Those submitting inquiries will receive a system generated email notification when their inquiry has been processed and answered. It is the Offeror's responsibility to monitor for inquiries and responses. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. PLANNED SOLICITATION : This is a Request for Proposals (RFP) from the US Army Corps of Engineers, Charleston District. Proposals are due as specified on the SF1449. Any subsequent amendments will be posted to this webpage. The solicitation documents are only made available in electronic format, downloadable from FBO. No CD-ROMs or hardcopy documents will be distributed. Interested parties must be registered in FedBizOpps and the System for Award Management (SAM) at www.sam.gov in order to view or download the solicitation documents. It is the responsibility of the interested parties to appropriately register SAM & FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised, to be eligible for award of the contract resulting from this solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representation & certifications. SOLICITATION DOCUMENTS: The final RFP document is attached to this announcement, dated March 28, 2014. The PWS & SPECS PACKAGE, dated March 20, 21014 HAS NOT changed since the draft RFP--offerors shall use the file posted with the draft RFP. The ELINs spreadsheets (for pricing purposes) HAVE NOT changed either--offerors shall use the files posted on March 19, 2014. TOTAL SMALL BUSINESS SET-ASIDE : This acquisition will be a 100% Total Small Business Set Aside pursuant to FAR 6.203 & FAR 19.502-2. The NAICS Code selected for this acquisition is 561210, which has a size standard of $35.5 million average annual revenue. PLANNED CONTRACT INFORMATION : The intent is to issue a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The intent is to award one contract as a result of this solicitation. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each. The anticipated magnitude of the resulting contract is between $5,000,000 and $10,000,000. The contract value will be a "not to exceed amount (NTE)". INFORMATION ABOUT THE SERVICES TO BE PROCURED : The intent of this solicitation is to acquire Base Operation Support (BOS) services for the installation sites listed below. The particular types of services planned to be included in the Performance Work Statement (PWS) are: janitorial, pest control, refuse collection, grounds maintenance, street sweeping, and snow removal. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary. Full details will be provided in the PWS, which will be posted with the formal RFP. The places of performance will be at following the installation sites. ELECTRONIC PROPOSALS: See the RFP section L. Proposals will ONLY be accepted via electronic submission in accordance with the instructions in the RFP. PLACES OF PERFORMANCE / LIST OF SITES : See the RFP section J. INFORMATION ABOUT THE SITE VISITS: The initial site visit was held for this solicitation and three others (also for Municipal and Facilities Investment services for the 81st RSC, see separate FBO announcements). The initial site visit toured only one location, but was indicative of the types of services required at all other locations. The other sites throughout the region that will fall under the contract resulting from this solicitation are be made available for Offerors on the days that follow the initial site visit. Prospective offerors are expected to attend AT LEAST the initial site and strongly encouraged to visit all the other locations pursuant to FAR 52.237.1--this will allow them the best opportunity to fully understand the scope of this project and anticipate the related costs in order to provide the best possible value to the Government. An initial site visit is planned with the following details. INFORMATION ABOUT THE PLANNED INITIAL SITE VISIT : Date/Time: Monday, March 24, 2014 at 9:00AM (local time) Location: CSM Paul B Huff USARC (FACID# TN105), 3598 Bell Road, Nashville, TN 37214-2677 (http://goo.gl/maps/PTsWN) On-site Point of Contact: Lonnie Nielson (843-329-8195 / Lonnie.D.Nielson@usace.army.mil) FULL SITE VISIT SCHEDULE : A full schedule of site visit dates/locations is attached. All site visits for additional locations shall be scheduled between the open hours that will be shown on the site visit schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/72fe0245ed085a8b275fbcc90e12d797)
 
Place of Performance
Address: Various locations throughout the state, South Carolina, United States
 
Record
SN03323344-W 20140330/140328234447-72fe0245ed085a8b275fbcc90e12d797 (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.