Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2017 FBO #5565
SOURCES SOUGHT

M -- Operation and Maintenance of Government Owned Facilities and Equipment, Carter Lake Project Facilities in Chatsworth GA

Notice Date
2/15/2017
 
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
W91278-17-L-0022
 
Archive Date
5/5/2017
 
Point of Contact
Alisa C. Murray, Phone: 2514415578
 
E-Mail Address
alisa.c.murray@usace.army.mil
(alisa.c.murray@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Hybrid Firm-Fixed-Price Contract with Cost Plus Fixed-Fee (CPFF) Line Items to provide maintenance, repair, and operation of facilities, vehicles, and equipment for Carters Lake Project Facility by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts. The Carters Lake Project currently offers recreational facilities including eight day use parks and four campgrounds. The place of performance is Carters Lake Project Office, 975 Powerhouse Road, Chatsworth, GA 30705. The anticipated period of performance is 15 October 2017, with four additional one-year option periods. The Statement of Work includes the following: Provide services for Maintenance, Repair, Minor Construction, and Operation of the Carters Lake Project Facility. The Project Facility is a U.S. Army Corps of Engineers reservoir that is located in Murray, Gilmer, and Gordon Counties, GA, approximately 11 miles southeast and southwest of Chatsworth and Ellijay, GA, respectively; 60 miles north of Atlanta, GA; and 45 miles southeast of Chattanooga, TN. It includes approximately 3,880 acres of open water at normal pool and an additional 4,634 acres of surrounding fee land. Carters Dam is located on the Coosawattee River, where it emerges from a gorge near Carters, GA, approximately 26.8 miles above the river's mouth. The project's shoreline stretches approximately 76 miles. Recreational development includes two Class A campgrounds, two primitive campgrounds, and eight day use areas. Carters Powerhouse is the largest hydropower-producing Corps facility in the Mobile District with an installed capacity of 600,000,000 kilowatts. Allatoona Powerhouse and Buford Powerhouse (Lake Lanier) are remotely operated from the Carters Lake Project. 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, facilities, offices, water and electrical systems, concrete structures, maintenance facilities, operational areas, roadways, vehicles, boat docks, bathhouses, washhouses, toilets, gatehouses, security fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, playgrounds, 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, welding and replacing parts or equipment. Additional maintenance work includes guardrails, 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, overlook clearing, debris removal, operation of visitor center, repair to riprap slopes, repair to earthen slopes, excavation, wildlife openings, and storage and disposal of hazardous and/or toxic materials. The project is used for recreation, hydroelectric power generation, fish and wildlife management, flood risk management, and water supply. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. 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 $38.5M for the past three years. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Documentation should be submitted with the following considerations: a. Describe your capability and experience to provide services for maintenance, repair, minor construction, and operation of a multipurpose project that includes dam, levees, dredged material disposal areas, riprap/concrete structures, buildings, offices, maintenance facilities, operation areas, riprap/concrete structures, buildings, offices, maintenance facilities, operation areas, project roads, vehicles, equipment, 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, security systems, 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, welding and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier gates, signs, bumper blocks, landscaped areas, beaches, 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, repair to riprap slopes, repair to earthen slopes, excavation, and storage and disposal of hazardous and/or toxic materials. The project is used for navigation, recreation, and environmental stewardship. For planning purposes, the above requirements will be addressed in the following Technical Provisions (TPs): TP 1 - CPFF General Management; TP 2 - CPFF Maintenance of Building, Structures, Facilities, Trails, Mechanical, Plumbing, and Electrical Systems; TP 3 - CPFF Maintenance of Signs, Barricades, Bumper Blocks, Post, Guardrails, Gates, Fencing, Fire Extinguishers, and Traffic Counters; TP 4 - CPFF Rip Rap, Beach Maintenance, Aids to Navigation, and Courtesy Dock Maintenance; TP 5 - CPFF Natural Resource Management and Pest Species Control; TP 6 - CPFF Maintenance and Repair of Paved and Unpaved Roads, Parking Areas, Launching Ramps, Road Shoulders, and Drainage Structure; TP 7 - CPFF Maintenance of Government Vehicles, and Equipment; TP 8 - CPFF Personnel and Equipment Support for Powerhouse; TP 9 - CPFF Personnel and Equipment Support for Powerhouse; TP 10 - CPFF Hazardous Waste Operations and Emergency Response (HAZWOPER); TP 11 - (FFP) Cleaning, Custodial Services and Refuse Removal; TP 12 (FFP) Maintenance of Grass, Landscaped Areas, and Trees; TP 13 (FFP) Boundary Line Clearing and Maintenance; TP 14 (FFP) Operation of Visitor Center; TP 15 (FFP) Management and Administrative Personnel. b. Describe your capability and experience in the 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 Carters Lake Project. c. Describe your capability and experience to perform firm-fixed price and cost plus contract services for operation and maintenance type services. Additionally, describe your capability and experience to perform hybrid type contract services utilizing two or more contract formats (firm-fixed price, cost plus, etc.). d. Describe your capability and experience to provide contract services that successfully demonstrate contractor's timeliness/effectiveness of contract problem resolution without extensive customer guidance. e. Describe your capability and experience to provide effective on-site management, including management of subcontractors, suppliers, materials, and labor force. Also, describe your capability and experience to hire, apply, and retain a qualified workforce for this effort. f. Describe your capability and experience to provide adequate Defense Contract Audit Agency (DCAA) approved accounting system for management and tracking of costs for multiple technical provisions and business lines. g. Describe your capability and experience 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). i. Describe your capability and experience to simultaneously manage multiple projects and disciplines. j. Describe your capability and experience to incorporate and manage changes of requirements and/or priorities within scope of contract including planning, execution and response to customer changes. k. Describe your capability and experience 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). l. Describe your capability and experience to execute a successful quality control program. m. Describe your capability and experience 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. n. Provide information regarding Cost Type Contracts you have performed to include the contract number, dates, amount, location, final rating, and point of contact name and telephone number for verification. The above requested information shall not exceed a total of fifteen (15) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 03 March 2017, 2:00 p.m. CST. Responses received after this date and time may not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-L-0022/listing.html)
 
Place of Performance
Address: Carter's Lake Project Office, 975 Powerhouse Road, Chatsworth, Georgia, 30705, United States
Zip Code: 30705
 
Record
SN04404510-W 20170217/170215235340-5315e8c8914a63ca1915b0a30f41adf3 (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.