Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2015 FBO #4859
SOURCES SOUGHT

Z -- Minor Construction and Facilities Maintenance/Repair Services for USASMDC/ARSTRAT Sites

Notice Date
3/13/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M-15-R-0006
 
Response Due
4/13/2015
 
Archive Date
5/13/2015
 
Point of Contact
Mario Aguirre, 256-955-6019
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(mario.aguirre.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Space and Missile Defense Command/Army Strategic Forces Command (USASMDC/ARSTRAT), Deputy Chief of Staff Engineer (DCSENG) in conjunction with the Army Contracting Command-Redstone (ACC-RSA), is conducting market research to determine all U.S. small business firms capable of providing minor construction and facility/maintenance repair services at USASMDC/ARSTRAT sites worldwide. The two most active locations where services will be required is at the United States Army Kwajalein Atoll (USAKA), and at designated sites in Alaska. DCSENG and ACC-RSA is looking to gain to gain knowledge of potential qualified sources and their size classification (e.g. HUBZone, 8(a), small, small disadvantaged, service-disabled veteran-owned small business, woman-owned) relative to North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction (size standard:$36.5M). Small businesses may team together and be eligible for award. This sources sought announcement is being used for market research and as a means to receive capability papers/brochures from interested businesses/teams. RESPONSE REQUIREMENTS: Capability papers should include the following information: size of company (i.e., 8(a), HUBZone, WOSB, SB, Veteran, all others), relevant past performance on same/similar work and company/team capability to do this type of work. Documentation and technical expertise must be presented in sufficient detail for the Government to determine that the company/team possesses the necessary functional area expertise and experience to compete for this acquisition. Also, capability papers should address that the contractor or contractor team has the demonstrated ability to perform worldwide in a responsive manner. Interested firms should submit via email and attach the capability statement (Microsoft Word Format) within 30 calendar days after the date of this announcement to Mario.aguirre.civ@mail.mil and michelle.c.nichols3.civ@mail.mil (subject line of the email should be: Minor Construction and Facilities Maintenance/Repair Services for USASMDC/ARSTRAT). Capability papers should not exceed twelve (12) 8 X 11 pages, font size not smaller than Times New Roman 12. Limit pictures, charts or graphs to no more than three (3) pages. The twelve page count excludes table of contents/coversheet. Any questions shall be transmitted to Mr. Aguirre and Ms. Nichols', email. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The submission of this information is for planning purposes and shall not be construed as a commitment by the U.S. Government to procure any items, nor does USASMDC/ARSTRAT intend to award on the basis of this request for information or otherwise pay for information solicited. No reimbursement will be made for any costs associated with providing information in response to this announcement. An acquisition strategy has not been developed at this time. Draft synopsis of the technical requirement: The USASMDC/ARSTRAT DCSEN provides minor construction and maintenance/repair services in support of the command's mission. In performance of this effort the contractor typically supports the DCSEN in fulfilling the following responsibilities: World-wide minor construction and facilities maintenance/repair work for USASMDC/ARSTRAT and its space and missile defense customers. The DCSEN manages USASMDC/ARSTRAT program requirements for facilities compliance, and structural restoration and planning. The DCSEN provides direct minor construction and maintenance/repair support to all war fighting elements of USASMDC/ARSTRAT to ensure that adequate, timely, and cost-effective support is provided. The DCSEN is responsible for the coordination of the facilities engineering program requirements with regional DoD organizations, including the Installation Management Command (IMCOM), to ensure requirements are fully supported to meet mission objectives. The DCSEN also manages facilities compliance program actions to include compliance visits, and coordination with host installations for minor construction and/or facilities maintenance/repair support. Examples of a just a few potential tasks are listed below with estimated costs ranging between $100,000 - $14,000,000: * Repair Fixed Wing Hangar Doors * Repair Fire Detection/Suppression Systems * Repair Roi Sewer Pump House and Lift station * Repair Non-Potable Water Tower * Repair (6) 40-60 ton Chillers * Repairs on an existing building * Repair fuel lines on all islands (Kwajalein) * Repair Kwaj/Roi Sewer Distribution System The following is information provided to permit insight into the requirement of this acquisition. This information is preliminary and further information/details will be provided in the published Request for Proposal (RFP), if one is released. (1) Operations security is a requirement for this contract. Personnel and facility clearances through SECRET level are required. Contractor personnel may be required to access, view, possess, and/or use classified information, information systems and workspaces to successfully complete certain functions as defined in individual task orders. (2) Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5) prohibiting the contractor from engaging in any contractual or other activity which could create a conflict of interest with its position under this contract; which could impair its ability to render unbiased advice and recommendations; or in which it may derive an unfair competitive advantage as a result of knowledge, information, and experience gained during the performance of this contract. Responses will only be accepted from those firms that are interested in being a prime contractor. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Submission deadline: Interested parties who consider themselves qualified to perform the above-listed services are hereby invited to submit a response to this notice not later than Monday, 13 April 2015, 4:00 pm (Central Daylight Savings Time).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/98d022cf4a70d26363139127b7b4ca42)
 
Place of Performance
Address: US Army Space and Missile Defense Command sITES ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN03667411-W 20150315/150313234910-98d022cf4a70d26363139127b7b4ca42 (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.