SOURCES SOUGHT
Z -- Facilities Management Services for DLA Distribution Warner Robins GA (DDWG) and DLA Distribution Red River TX (DDRT) - Questionaire
- Notice Date
- 5/21/2015
- Notice Type
- Sources Sought
- 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-15-S-0019
- Point of Contact
- Marshall Burns, Phone: 843-329-8194, Lisa Simmons, Phone: 843-329-8086
- E-Mail Address
-
marshall.burns@usace.army.mil, Lisa.S.Simmons@usace.army.mil
(marshall.burns@usace.army.mil, Lisa.S.Simmons@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Questionaire Facilities Management Services for DLA Distribution Warner Robins GA (DDWG) and DLA Distribution Red River TX (DDRT) This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. If the Government does issue solicitations as a result of this market research, they each will be assigned a Procurement Identification Number such as W912HP-15-R-XXXX. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Marshall Burns at marshall.burns@usace.army.mil and Lisa Simmons at Lisa.S.Simmons@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The Government is seeking potential Small Business sources to include the following categories: Small Business (SB), Certified 8(a), Historically Underutilized Business Zone Businesses (HUBZone), Small Disadvantaged Business, (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Women-Owned Small Business (WOSB), for two (2) separate Facilities Management Contracts, one (1) for DLA Distribution Warner Robins GA and and one (1) for DLA Distribution Red River TX. The North American Industry Classification Code (NAICS) is 561210. The Small Business Size Standard is $35.5M. The resulting contract will be a combination Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Scope: Work would include Facilities Maintenance Services such as preventive maintenance, repairs, and/or replacement of equipment, control inspection of facilities, testing, certification of equipment, materials and supplies for general facility maintenance. This includes asset management, depot maintenance, project management, integrated facility management, and operations management support for logistics operations. Contract Period of Performance and Amount. Any resultant contract will be for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. The magnitude of services is estimated at $3.5 million per year, total $17.5 million for the base year plus four (4) option years for DDWG, and $4.0 million per year, total $20.0 million for the base year plus four (4) option years for DDRT. Qualified Small Businesses additionally submit the following information: 1. Company name, address, phone number, point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business (SB), Certified 8(a),Historically Underutilized Business Zone Businesses (HUBZone), Small Disadvantaged Business, (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Women-Owned Small Business (WOSB). Contractors must be registered in Systems for Award Management (SAM) and Online Representations and Certifications Application (ORCA) at the time of contract award. Please see www.sam.gov and www.bpn.gov for additional registration information. 3. Offeror's Joint Venture information if applicable - existing and potential. 4. Indicate the primary nature of your business. 5. Offeror must demonstrate capability to perform the work described above. Provide information for three (3) projects completed, or substantially completed in the past five years of similar scope and complexity to substantiate ability to successfully perform the above described services. 6. Email responses are required. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Your electronic submittal shall NOT exceed five (5) pages. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. All interested contractors should notify this office in writing by email by 2:00 PM Eastern Time on 12 June 2015. If you have questions concerning this announcement, please contact Mr. Marshall Burns at 843-329-8194 or the email address cited herein. Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0cb23686cbba95248e164379931a88a8)
- Place of Performance
- Address: Warner Robins, GA (DDWG), DLA Distribution Red River, TX (DDRT), Warner Robins, Georgia, 31099, United States
- Zip Code: 31099
- Zip Code: 31099
- Record
- SN03739639-W 20150523/150521235850-0cb23686cbba95248e164379931a88a8 (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 |