SOURCES SOUGHT
Z -- Operation and Maintenance Services for Lake Cumberland Area.
- Notice Date
- 11/26/2014
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-15-R-00LC
- Response Due
- 12/10/2014
- Archive Date
- 1/25/2015
- Point of Contact
- DAVID SMITH, 615-736-7933
- E-Mail Address
-
USACE District, Nashville
(david.a.smith3@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE This is a SOURCES SOUGHT SYNOPSIS and is solely for informational, market research, and planning purposes only. THIS IS NOT a Request for Proposals (RFP), Request for Quotations (RFQ) or Invitation for Bids (IFB). Only contractors capable of performing this type of work should respond. NO SOLICITATION IS CURRENTLY AVAILABLE. This is NOT a request to be placed on a solicitation mailing list. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. In addition, respondents are advised that the United States Government is under no obligation to pay for any information or administrative cost incurred in response to this sources sought. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this sources sought. Interested small business firms with qualifying experience and capability are requested to submit a capability statement to assist the Government to determine, in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b), whether this procurement will be set-aside. The Government reserves the right to consider a Small Disadvantaged, 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), or Historically Underutilized Business Zone (HUBZone) business set-aside based on responses received from this announcement. The proposed project will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. PURPOSE The purpose of this synopsis is to determine if sources capable of satisfying the Government's requirements exist and to gain knowledge of interest, capabilities and qualifications of various members of industry, namely small businesses concerns including Small Disadvantaged, 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), and Historically Underutilized Business Zone (HUB Zone) businesses that can provide Facility Operation and Maintenance Service (O&M). The anticipated North American Industry Classification System (NAICS) code is 561210, Facilities Support Services; with a small business size standard of $38.5 million. REQUIREMENTS The U.S. Army Corps of Engineers Nashville District anticipates a requirement for a firm fixed-price requirements contract with a base and four (4) option years for operation and maintenance services at Lake Cumberland. Lake Cumberland is located on the Cumberland River, 60 miles south of Lexington, Kentucky. The areas of work are located in Pulaski, Wayne, Clinton, Russell, Whitley and McCreary Counties of Kentucky. Principal cities in the area are Somerset, Monticello, Albany, Jamestown and Russell Springs. A contractor is needed to operate and maintain the facilities throughout the Lake Cumberland area. SCOPE OF WORK The Contractor shall furnish all necessary management, supervision, inspection, personnel, materials, supplies, parts, tools, tool related hardware, equipment, transportation, vehicles, and fuel except as otherwise provided herein, required to perform mowing, cleaning, janitorial, and other maintenance services at the Lake Cumberland project recreation areas. In general (not all inclusive), work will entail the following: 1. Grass Mowing-approximately 750 acres annually. 2. Cleaning Services-includes litter pickup, camp sites, picnic sites and shelters, restrooms, shower houses, fish cleaning stations, sanitary dump stations, and leaf removal. 3. Janitorial Services-includes approximately 26,000 sq. ft. of building space. 4. Facility Repair, Maintenance, and other Non-Routine Services which includes various equipment and laborer, general maintenance worker, carpenter, painter, electrician, plumber, truck driver, welder, and equipment operator. 5. Boundary Line Marking and Painting-includes approximately 100 miles annually. 6. Playground Maintenance-includes routine playground maintenance. REQUESTED SURVEY INFORMATION Interested firms should submit a capabilities package limited to (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, CAGE code and e-mail address. 2. Firm's capability to perform a contract of this magnitude and complexity. 3. Firm's Joint Venture Information, if applicable (existing and potential) 4. Firm's small business category and business size classification. 5. Please list a Federal contract successfully completed, similar to the above referenced type of work: Year Completed: Dollar Amount: General Description of project: 6. Per FAR clause 52.219-14 (Services except construction), at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Can your firm be expected to do this, given your current employee situation? (Please respond yes or no.) 7. For this contract, small construction projects may be issued and will require bonding. Does your firm have the capability of attaining bonds up to $500,000? (Please respond yes or no.) 8. Please provide any additional information you feel is necessary: NOTE: Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. RESPONSES Responses to this Sources Sought Announcement should be received as soon as possible but no later than 10:00 am (Central Standard Time) on Wednesday, 10 December 2014. The responses should be forwarded to the attention of David A. Smith, Contract Specialist, by email: David.A.Smith3@usace.army.mil or fax to 615-736-7124. ADDITIONAL INFORMATION No solicitation exists at this time. If a solicitation is released it will be posted on FedBizOpps.Gov. The official synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive a copy of a solicitation should one be issued. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. NOTE Participation in this Market Survey, while important to Army acquisition planners, is neither mandatory nor is it requisite to future participation by a contractor in this or a similar contract requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-R-00LC/listing.html)
- Place of Performance
- Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Zip Code: 37202-1070
- Record
- SN03582956-W 20141128/141126234336-c705a0e149d1c3d82880c0839506d0a2 (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 |