SOURCES SOUGHT
M -- O & M West Point, GA
- Notice Date
- 8/25/2015
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-15-SS-0023
- Archive Date
- 9/23/2015
- Point of Contact
- Jason B. Meyers, Phone: 251-694-4108
- E-Mail Address
-
jason.b.meyers@usace.army.mil
(jason.b.meyers@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: Classification: M1PA Operation of Recreation Facilities (Non-Building) NACIS: 561210 Facilities Support Services Set Aside: N/A Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Cost Plus Award Fee (CPAF) contract for the Operation and Maintenance of Government Owned Facilities and Equipment at West Point Project, West Point, Georgia, for the U.S. Army Corps of Engineers, Mobile District. The place of performance is the West Point Project Management Office, 500 Resource Management Drive, West Point, Georgia 31833. The anticipated period of performance is December 2016 - 2017, with four additional, one-year option periods. This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED WITH THIS SYNOPSIS. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, HUBZone Certified Small Business Concerns, Section 8(a) contractors, Service-disabled Veteran-owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 561210. The small business standard for which is a concern, including its affiliates whose average annual gross revenues does not exceed $35.5M for the past three years. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The Statement of Work includes the following: Provide services for Maintenance, Repair, Minor Construction, and Operation of the West Point Project, located in west central Georgia and in east central Alabama. The purpose of the O&M service contract is to provide for the maintenance, repair, and operation of facilities, vehicles, and equipment for West Point Project by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts. Work performed will be subject to Service Contract and Davis Bacon Acts. The West Point Project currently offers four Class A Campgrounds, two Visitor Centers and twenty-one Day Use Areas providing for boating, fishing, picnicking, swimming and other recreation activities. There is also a wildlife management area and numerous hunting areas located on project lands. The project contains a power plant with three generating units and an earthen/concrete dam. The contract scope of work will include, but is not limited to, some or all of the following types of work: maintenance and repair of buildings, offices, maintenance facilities, operation areas, roads, vehicles, floating plant, boathouses, bathhouses, washhouses, toilets, gatehouses, security and other fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, water and electrical systems, telephone lines, picnic sites, campsites, and other related facilities. Work required to perform this type maintenance includes carpentry, masonry, electrical, electronics, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, mowing, and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier gates, signs, bumper blocks, landscaped areas, beaches, navigation or swimming buoys, paved roads, parking lots, trails, navigation aids, courtesy docks, and boundary lines. Services to be performed include general maintenance, cleaning, custodial service, garbage removal, grass mowing, clearing, debris removal, operation of visitor centers, repair to riprap slopes, repair to earthen slopes, excavation, wildlife management food plots and storage and disposal of hazardous and/or toxic materials. The project is used for recreation, hydroelectric power, fish and wildlife development, flood risk management, as well as downstream navigation and water quality. Interested offerors must be able to meet the following criteria: 1. Ability to provide services for the maintenance, repair, minor construction, and operation of a large multipurpose project that includes buildings, offices, maintenance facilities, operation areas, project roads, vehicles, floating plant, boathouses, bathhouses, washhouses, toilets, gatehouses, security and other fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, water and electrical systems, telephone lines, picnic sites, campsites, rip-rap/concrete, and other related facilities. Work required to perform this type maintenance includes carpentry, masonry, electrical, electronics, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, welding and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier gates, signs, bumper blocks, landscaped areas, beaches, navigation or swimming buoys, paved roads, parking lots, trails, navigation aids, courtesy docks, and boundary lines. Services to be performed include general maintenance, cleaning, custodial service, garbage removal, grass mowing, saddle dike and overlook clearing, debris removal, operation of the project visitor centers, repair to riprap slopes, repair to earthen slopes, excavation, wildlife management food plots and storage and disposal of hazardous and/or toxic materials. The project is used for navigation, recreation, and wildlife management. 2. Experience in performance of similar service contracts in last 5 years for operation and maintenance of large multipurpose lake project with similar size and scope to the West Point Project. 3. Experience and ability to perform cost plus award fee contracts for operation and maintenance services. 4. Experience and ability to provide contract services that successfully demonstrate contractor's timeliness/effectiveness of contract problem resolution without extensive customer guidance. 5. Experience and ability to provide effective on-site management, including management of subcontractors, suppliers, materials, and labor force. Experience and ability to hire, apply, and retain a qualified workforce for this effort. 6. Experience and ability to provide adequate Defense Contract Audit Agency (DCAA) approved accounting system for management and tracking of costs for multiple technical provisions and business lines. 7. Experience and ability to timely and accurately submit monthly invoices with appropriate supporting documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns). 8. Experience and ability to simultaneously manage multiple projects and disciplines. 9. Experience and ability to incorporate and manage changes of requirements and/or priorities within scope of contract including planning, execution and response to customer changes. 10. Experience and ability to successfully respond to emergency and/or surge situations (including notifying Contracting Officer Representative or Contracting Officer in a timely manner regarding urgent contractual issues). 11. Experience and ability to execute a successful quality control program. 12. Experience and ability to execute a successful safety program to include ability to maintain an environment of safety, adhere to its approved safety plan, and respond and correct safety issues. 13. Indicate all Business Types (Large/Small; HUBZone; 8(a); Woman-Owned; Veteran Owned) 14. Indicate Cost Plus Award Fee Contracts you have performed. Include contract number, dates, amount, location, final rating, and POC name/telephone number for verification. Responses are requested with the following information, which shall not exceed a total of fifteen (15) pages: 1. Provide Offerors' name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Certified Small Business, HUBZone Certified Small Business Concern, Section 8(a) contractor, Service-disabled Veteran-owned Small Business, Small Disadvantaged Business, Women-Owned Small Business and Large Business Concern shall be indicated on first page of submission. 3. Submit a statement of your current or past technical experience (what the firm has done) and current or past performance (how well the firm did it) similar to or the same as the requirements and the criteria listed above. 4. Include a statement regarding your firm's bonding capacity. Responses should be submitted via email to Jason B. Meyers, Contract Specialist, at jason.b.meyers@usace.army.mil. In the subject line of your email state: Response to West Point O&M. You may also mail submittals or send overnight courier to U.S. Army Corps of Engineers, Mobile District, 109 St. Joseph Street, Mobile, AL 36602-3620. ATTN: Plans Room, Contracting Division, Jason B. Meyers/CT-S. Submittals are due on Tuesday, 8 September 2015, at 4:00 p.m. Central Time. No responses will be accepted by fax. Submittals will not be returned. Telephonic responses will not be honored. Note 1: This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. Note 2: This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Note 3: Large Businesses need not respond. Note 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc) are available on the internet at http://www.fbo.gov. Note 5: Request for Information (RFI) specific to this sources sought notice may be answered by sending an email to jason.b.meyers@usace.army.mil and sonya.d.rodgers@usace.army.mil. Other forms of communicating RFIs to the government will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-15-SS-0023/listing.html)
- Place of Performance
- Address: West Point Project Management Office, 500 Resource Management Drive, West Point, Georgia, 31833, United States
- Zip Code: 31833
- Zip Code: 31833
- Record
- SN03854779-W 20150827/150825235823-4fc18807029136a145305108ef6dd32d (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 |