Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 20, 2018 FBO #6175
SOURCES SOUGHT

F -- The U.S. Army Corps of Engineers (USACE) and Department of Defense Education Activity (DoDEA) Facility Asset Management Program

Notice Date
10/18/2018
 
Notice Type
Sources Sought
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-19-R-0002
 
Archive Date
11/17/2018
 
Point of Contact
Joy M. Wright, Phone: 7572017145, Dianne K. Grimes, Phone: 757-201-7839
 
E-Mail Address
joy.m.wright@usace.army.mil, dianne.k.grimes@usace.army.mil
(joy.m.wright@usace.army.mil, dianne.k.grimes@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The USACE Norfolk District is seeking a business capable of conducting statutorily required Asbestos Hazard Emergency Response Act (AHERA) inspections on DoDEA facilities, Facility Condition Assessments (FCA), updates to Facility Utilization Survey (FUS) drawings and databases; updates and development of Real Property Inventory (RPI) reports, reconciliation of data, technical support and database management, and additional data collection and management. These inspections and assessments are conducted across DoDEA's three regions on more than 240 schools and support facilities, totaling more than 19 million gross square feet, across 14 countries and territories. In addition to conducting surveys, assessments, data collection and reporting, the Contractor shall utilize the BUILDER database and populate it with the data collected under this contract. BUILDER is used to assist DoDEA in managing, planning, documenting, tracking, and reporting data and findings from the assessment and surveys. The Contractor shall provide all necessary technical support for BUILDER and related tools in order to support DoDEA's data collection and analysis, planning and reporting requirements. The estimated annual price range is between $3,500,000 and $5,000,000. All small businesses are encouraged to respond. Upon review of responses to this sources sought, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The appropriate NAICS code is 562910 with a $20.5M size standard. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this survey. This documentation shall address, as a minimum, the following (1) Company profile to include number of employees, office location(s), DUNS number, CAGE code, and statement regarding small business designation and status. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). In addition to the above submission requirements, please answer the following questions as it relates to this announcement, and the following supplemental information. The inspections and assessments rotate annually across DoDEA's three regions (Europe, Pacific, Americas). However, the ancillary support services including data management, reporting, and other technical support services concerns DoDEA's entire portfolio of facilities. In general the Government will issue an initial contract for these ancillary support services and assessment of DoDEA-Europe facilities where the Contractor would assess and report on these facilities over the course of a year. Upon substantial completion of this first contract, another contract would be issued to continue support services and assess DoDEA-Pacific facilities, also spanning approximately one year. Upon substantial completion of this effort, another contract would be issued to continue support services and assess DoDEA-Americas facilities spanning approximately one year, and so on. The approximately annual level of effort for support services and assessments is approximately $3.5M-$4.5M. In addition, the Government may issue concurrent smaller contracts for additional support services such as abatement oversight, additional technical support, etc. These additional requirements could vary from $100K to $1M. However, in total the annual concurrent level of effort shall would not exceed $5M. The Government is contemplating two different ways in which to satisfy this requirement. Scenario 1: The Government would solicit and award individual successive smaller stand-alone contracts concerning each region and other additional requirements individually over a course of 5 years. Scenario 2: The Government would competitively solicit and award one larger 5-year Single Award Task Order Contract (SATOC), where successive task orders would be awarded to a single Contractor. Questions: 1. As a small business, do you prefer or are more likely to bid in Scenario 1 or Scenario 2? 2. Do you foresee any issues in consolidating the requirements per Scenario 2 versus competing it separately per Scenario 1? Place of Performance: Various Department of Defense Education Activity (DoDEA) locations Worldwide Specific information on locations can be found on DoDEA's website: https://www.dodea.edu/aboutDoDEA/maps.cfm Submit response via email to joy.m.wright@usace.army.mi with copy furnished to dianne.k.grimes@usace.army.mil with the subject including the Source Sought No. W91236-19-R-0002. Capability package must be submitted no later than on or before 1:00 PM EST, Friday, November 2nd, 2018. Limit capability briefing package to 10 pages. Email is the preferred method when receiving responses to this synopsis This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-19-R-0002/listing.html)
 
Record
SN05128801-W 20181020/181018230807-f144ae68545ec0ac1bb6171506a1c6a0 (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.