Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOURCES SOUGHT

Z -- Maintenance IDIQ for USACE Lake Offices

Notice Date
9/5/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Fort Worth, Attn: CESWF-CT, PO Box 17300, Fort Worth, Texas, 76102-0300, United States
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G19RIDC1
 
Archive Date
10/20/2018
 
Point of Contact
Matthew S. Dickson, Phone: 8178861110
 
E-Mail Address
matthew.s.dickson@usace.army.mil
(matthew.s.dickson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS W9126G19RIDC1 For MAINTENANCE SERVICE IDIQ USACE LAKES PROJECT OFFICES This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Fort Worth District has been tasked to solicit for and award an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for maintenance services for the Whitney/Aquilla Lakes Project Office, Navarro Mills/Waco Lakes Project Office, and Proctor/Hordes Creek Lakes Project Office which are responsible for the maintenance and operations of multiple dams, spillways, and parks/public use areas. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), and Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The scope of the contract is such that the Contractor shall provide personnel, management, and any other items and services, not Government furnished, necessary to perform the required maintenance. Services required shall include, but are not limited to; delivery, spreading, and compacting of granite gravel; supply and installation of concrete wheel stops; construction of timber delineator barriers; installation of concrete campsite delineators; upright pedestal grill installation; general carpentry and painting; picnic shelter installation and removal; roofing removal and installation; brick and natural stone masonry repair/installation; paving, road maintenance, and site work; plumbing; electrical; civil engineering services; various types of fence installation; sign and buoy maintenance. The requirement can be satisfied with a single contract. The contract will be solicited under the North American Industry Classification System Code 236220 Commercial and Institutional Building Construction. The contract will be a base period with possible option periods. Estimated magnitude of the contract is between $1,000,000 and $5,000,000 per period (Base or option periods) Under FAR 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance for services, and 15% of the cost of the contract for construction shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Procurement will be solicited in accordance with FAR 15, Negotiated Procurement using "Tradeoff" process. The government anticipates using "Tradeoff", however, the results and analysis of the market research will finalize the determination of procurement method. Anticipated solicitation issuance date is on or about 30 October 2018, and the estimated proposal due date will be on or about 30 November 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 5 years: brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size and/or small business category (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or Women-Owned Small Business) 5. Firm's Joint Venture information if applicable - existing. Interested Firm's shall respond to this Sources Sought Synopsis no later than 5 October 2018, 12PM (CST). All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail or email your response to SSG Matthew S. Dickson, Contract Specialist, USACE-Ft. Worth District, ATTN: CESWF-CT, 819 Taylor Street, Room 2A17, Fort Worth, Texas 76102-0300, Email address: matthew.s.dickson@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G19RIDC1/listing.html)
 
Record
SN05074549-W 20180907/180905231906-3c4f436c329ed7d3ae44d2c74f3f4116 (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.