Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2016 FBO #5418
MODIFICATION

J -- 81st USAR Regional Support Command Facilities Investment Services – Region A

Notice Date
9/21/2016
 
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-16-S-0029
 
Archive Date
12/31/2016
 
Point of Contact
Angela J. Kelly, Phone: 8433298060, Joshua D. Mueller, Phone: 8433298071
 
E-Mail Address
angela.kelly@usace.army.mil, joshua.d.mueller@usace.army.mil
(angela.kelly@usace.army.mil, joshua.d.mueller@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PURPOSE OF THIS ANNOUNCEMENT : This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The purpose of this sources sought is to determine interest and capability of potential qualified contractors relative to the North American Industry Classification code (NAICS) 561210 Facilities Support Services. If the Government does issue a solicitation as a result of this market research, it will be assigned a Procurement Identification Number W912HP-16-R-0029. The Small Business size standard for this NAICS code is $38.5 million average annual revenue. The type of solicitation issued, the geographical coverage of the Performance Work Statement (PWS), and the manner of advertisement (competitive vs sole source, small business or socioeconomic set aside vs. full and open competition) may depend on the responses to this Sources Sought synopsis. INFORMATION ABOUT THE SERVICES TO BE PROCURED: The intent of the solicitation will be to obtain Facilities Investment Services at multiple locations throughout the 81st RSC's Region A, which consists of parts of LA and MS. Facilities Investment Services primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Army programs. Some major repair, incidental construction and stand-alone demolition may be accomplished as part of sustainment. This can include but not limited to: (1) Service Calls, both emergency, and routine: various locations; (2) Preventive Maintenance (PM) for a wide variety of equipment and systems: various locations; (3) Inspection, Testing, and Certification for various types of equipment: various locations; (4) Other Recurring Services for the inspection and repair of equipment and systems: various locations; (5) IDIQ repair, restoration, and modernization requirements which are beyond the scope of service calls, as well as related tasks such as preparation for and restoration from accidents and natural disasters: various locations. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide these services. Full details will be provided in the Performance Work Statement (PWS), which will be posted with the formal RFP. PLACES OF PERFORMANCE / LIST OF SITES: A list of 81st RSC Facility sites (MS Excel Spreadsheet) that are planned to be included under the resulting contract is attached for planning purposes. The places of performance will be at the installations listed in the attached MS Excel Spreadsheet. IMPORTANT: The Government is seeking one prime contractor to manage the performance of these services at all these locations. If there is insufficient response to indicate there are potential qualified offerors that can accomplish all these locations, the Government may elect to divide the region into smaller sections such that there is not an unacceptable performance risk. REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT (1) Your firm's intent to submit a proposal for this project when it is formally advertised (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number OR a copy of your entity record on SAM.gov. (4) Size of firm (large or small), to include category of small business if applicable, such as 8(a), HUBZONE, WOSB, or SDVOSB. Small business firms responding should identify ALL socioeconomic categories pertaining to your business. (5) Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor, including contract number, project location, description of work requirements, contact and phone number for each effort and other references. The SOC should be no more than five (5) pages in length and identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. 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. WHEN / WHERE TO SUBMIT RESPONSES Interested business concerns are requested to complete the requested Statement of Capability and submit via electronic upload to FBO. The FBO vendor user guide has information & instructions on how to utilize this feature, which is available at the web URL: https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 2:00 PM Eastern time, October 6, 2016. If you have questions/concerns please direct them to the attention of point(s) of contact listed below. To ensure your submission is received and processed appropriately, please name your files " W912HP-16-S-0029 SS RESPONSE FIRM NAME HERE ". NOTE: 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. 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. PLANNED SOLICITATION: A Pre-Solicitation announcement will follow this Market Survey, and the solicitation will follow after that, no sooner than 15 days later. Currently it is estimated that the formal solicitation could occur any time before December 15, 2016. At this time the Government's acquisition strategy is unknown. PLANNED CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP) contract for recurring services, with an Indefinite Delivery Indefinite Quantity (IDIQ) component for additional non-recurring services. 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. Currently it is estimated that the contract award will take place anytime before March 15, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4b19789e034e75b32c35e8e6dacc160a)
 
Place of Performance
Address: Various Locations throughout LA and MS, Louisiana, United States
 
Record
SN04281836-W 20160923/160921235143-4b19789e034e75b32c35e8e6dacc160a (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.