MODIFICATION
J -- 81st RD Facility Investment Services-Region C (TN, AL, & MS ) - W912HP-18-R-1001 - Amendment 3
- Notice Date
- 3/30/2018
- 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-18-R-1001
- Archive Date
- 4/19/2018
- Point of Contact
- Angela J. Kelly, Phone: 8433298060, David W. Decker, Phone: 8433298016
- E-Mail Address
-
angela.kelly@usace.army.mil, david.w.decker@usace.army.mil
(angela.kelly@usace.army.mil, david.w.decker@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 18R1001 81st RD FIS Reg C AM_03 Inven & ELINS Sum of Changes 18.03.29 18R1001 81st FIS Reg C AM_03 Section J 1502000 ELINS 18.03.29. 18R1001 81st FIS Reg C AM_03 Rev Inventory List 18.03.2 Amendment 0003 SF30 ************************************************************ Amendment 0003 30MAR18 4:58 PM Eastern Standard Time: The posted amendment revises multiple documents to include ELINS, Inventory List and Inventory & ELINS Summary of Changes. Also, the proposal due date has been extended to 4APR18, 2:00 PM Eastern Standard Time. ------------------------------------------------------------------------------ NOTICE: AM_03 As of 29MAR18, 4:50 PM, Eastern Standard Time: Amendment 0003 is forthcoming and will be posted here once complete. The Amendment will delete/replace/revise some technical documents. Also, it will extend the proposal due date to 4APR18, 2:00 PM Eastern Standard Time. ************************************************************ Amendment 0002 The posted amendment revises multiple documents to include PWS, ELINS, Inventory List, etc. See SF30 and attachments for all information. ************************************************************* Amendment 0001 The posted amendment extends the propoal due date to 30MAR18. Amendment 0002 will be issued 27MAR18 due to system errors. ************************************************************** SOLICITATION ************************* SOLICITATION No. W912HP-18-R-1001 POSTED TO FBO ON FEBRUARY 27, 2018. 81st Readiness Division (RD) Facility Investment Services (FIS) - Region C (Tennessee, Alabama and Mississippi) PURPOSE OF THIS ANNOUNCEMENT: This announcement constitutes a Solicitation announcement of a proposed contract action pursuant to FAR 5.201 The following attachments are posted with this Solicitation announcment dated 2/27/18: -SF1449: "W912HP18R1001 81st RD FIS Region C SF1449_2018.02.26" -PRICING ELINS: "18R1001 81st FIS Reg C-Section J 1502000 ELINs" -Performance Work Statement (PWS): "18R1001 81st FIS Reg C PWS_2018.02.13"; including following PWS Attachments: -Wage Rates: "18R1001 81st Reg C Wage Determinations" -Inventory: "18R1001 81st Reg C Inventory List (Excel) & "18R1001 81st FIS Reg C Inventory List TN128" -SITE VISIT SCHEDULE: "18R1001 81st Reg C Site Visit Schedule for 2018.03.05" SITE VISIT/ PRE-PROPOSAL CONFERENCE: Date/Time: Monday, March 5, 2018 at 09:00 AM (local time) Location: Nashville, TN TN105 CSM Paul B Huff USARC 3598 Bell Road Nashville, TN 37214-2677 Point of Contact: Angela Kelly (843) 329-8060 / angela.kelly@usace.army.mil FULL SITE VISIT SCHEDULE: A full schedule of site visit dates/locations is attached. All site visits for additional locations shall be scheduled between the open hours that will be shown on the site visit schedule. For additional information see Pre-Solicitation Notice IAW FAR 5.204 below. ******************************************************** PRE-SOLICITATION PURPOSE OF THIS ANNOUNCEMENT: This announcement constitutes a Pre-Solicitation announcement of a proposed contract action pursuant to FAR 5.204. This is not a Solicitation. No response is requested at this time. A formal Solicitation will follow this announcement with full details, including a response deadline, the complete Price Proposal Schedule, the Performance Work Statement, Instructions to Offerors, and the Evaluation Factors/Basis for Award. The formal Solicitation is expected to occur on or around 15 days after the posting of this Pre-Solicitation notice. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. *DRAFT PWS AND DRAFT LIST OF SITES/SITE VISIT SCHEDULE ARE POSTED to this PRE-SOLICITATION ANNOUNCEMENT. SEE ATTACHED* PLANNED SOLICITATION: The US Army Corps of Engineers, Charleston District intends to issue a Request for Proposals (RFP). Proposals will be due no less than 30 days from the Solicitation date. The Solicitation and any subsequent Amendments will be posted to FedBizOpps (FBO) at www.fbo.gov. The Solicitation documents will only be made available in electronic format, downloadable from FBO. No CD- ROMs or hardcopy documents will be distributed. Interested parties must be registered in FedBizOpps and the System for Award Management (SAM) at www.sam.gov in order to view or download the Solicitation documents. It is the responsibility of the interested parties to appropriately register SAM & FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised, to be eligible for award of the contract resulting from this Solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representation & certifications. TOTAL SMALL BUSINESS SET-ASIDE: This acquisition will be a 100% Total Small Business Set Aside pursuant to FAR 6.203 & FAR 19.502-2. The NAICS Code selected for this acquisition is 561210, which has a size standard of $38.5 million average annual revenue. PLANNED CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The intent is to award one contract as a result of this solicitation. 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. In addition, there is the potential for a Six (6) Month Option Under FAR 52.217-8 Option To Extend Services to continue at awarded period prices for 6 additional months. The anticipated magnitude of the resulting contract is between $5,000,000 and $10,000,000. The contract value will be a "not to exceed amount (NTE)". INFORMATION ABOUT THE SERVICES TO BE PROCURED: The intention of the solicitation will be to obtain Base Operation Support Services in the form of Facility Investment and Preventative Maintenance multiple sites throughout Tennessee, Alabama and Mississippi. 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. The places of performance will be at the installations listed in the attached draft list of sites document. IMPORTANT: The Government is seeking one prime contractor to manage the performance of these services at all these locations. DRAFT RFP AND LIST OF SITES/SITE VISITATION SCHEDULE ARE POSTED to this PRE-SOLICITATION ANNOUNCEMENT. SEE ATTACHED. PLACES OF PERFORMANCE / LIST OF SITES: A tentative list of sites is attached for planning purposes. INFORMATION ABOUT THE SITE VISITS: The initil site visit will tour only one location, but is expected to be indicative of the types of services required at all other locations. The other sites throughout Tennessee, Alabama and Mississippi that will fall under the contract resulting from this Solicitation will be made available for Offerors on the days that follow the initial site visit. Prospective Offerors are expected to attend AT LEAST the initial site and strongly encouraged to visit all the other locations pursuant to FAR 52.237.1--this will allow them the best opportunity to fully understand the scope of this project and anticipate the related costs in order to provide the best possible value to the Government. An initial site visit is planned with the following details. INFORMATION ABOUT THE PLANNED INITIAL SITE VISIT: Date/Time: March 5, 2018 at 09:00 AM (local time) Location: Nashville, TN TN105 CSM Paul B Huff USARC 3598 Bell Road Nashville, TN 37214-2677 Point of Contact: Angela Kelly (843) 329-8060 / angela.kelly@usace.army.mil FULL SITE VISIT SCHEDULE: A DRAFT Site Visit Schedule is attached to this Pre-Solicitation Notice. A full schedule of site visit dates/locations will be provided no later than with the formal RFP. All site visits for additional locations shall be scheduled between the open hours that will be shown on the site visit schedule.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/50705d3d79e421d04e205d8ce5053d90)
- Place of Performance
- Address: TN105 CSM Paul B Huff USARC, 3598 Bell Road, Nashville, Tennessee, 37214, United States
- Zip Code: 37214
- Zip Code: 37214
- Record
- SN04873024-W 20180401/180330230658-50705d3d79e421d04e205d8ce5053d90 (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 |