Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2019 FBO #6557
SOURCES SOUGHT

Z -- MOTCO Facilities & Utilities Maintenance - Performance Work Statement

Notice Date
11/6/2019
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W9123820R0013
 
Point of Contact
Jennifer R. Sarraga, Phone: 9165577299, Donald C Sumner III, Phone: 9165576752
 
E-Mail Address
Jennifer.Sarraga@usace.army.mil, donald.c.sumner@usace.army.mil
(Jennifer.Sarraga@usace.army.mil, donald.c.sumner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
MOTCO Facilities and Utilities Maintenance Performance Work Statement This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of firms to provide services for all facilities and utilities system, and Electronic Surveillance Systems (ESS) for Security at U.S. Army Military Ocean Terminal Concord (MOTCO) and property occupied by the tenant Army Reserve Center(ARC). NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities necessary to perform the described project are invited to provide feedback via email to Jennifer Sarraga at Jennifer.R.Sarraga@usace.army.mil and Donald Sumner at Donald.C.Sumner@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The acquisition is tentatively planned as a Small Business set aside with NAICS Code 561210, Facilities Support Services. This project is planned for advertisement on or around 15 January 2020. The duration of the project is estimated to be for a base year and four option years. 1. PROJECT DESCRIPTION This potential contract will provide the U.S. Army Corps of Engineers (USACE) the capabilities of providing the U.S. Army Military Ocean Terminal Concord (MOTCO) and property occupied by the tenant Army Reserve Center (ARC) with the personnel, management, supervision, general and specialized equipment, tools, supplies, materials, transportation, and any other items and services necessary to perform the functions of the Performance Work Statement (PWS). Specific requirements will be included in the contract Performance Work Statement (PWS). Appropriate deliverables associated with each of these activities shall be prepared and submitted to the Contracting Officer or Contracting Officers Representative, the Project Manager and Technical Lead for approval as required. Qualified contractors shall have the experience in Facilities and Utilities Maintenance Services for all facilities and utilities system, and Electronic Surveillance Systems (ESS). 2. CAPABILITY STATEMENT a) Firm's name, address, point of contact, phone number, e-mail address and CAGE/DUNS numbers. b) Firm's interest in submitting a proposal on the solicitation when/if it is issued. c) Demonstration of the firm's capabilities to successfully provide the services described in the PWS. d) The overall submission is limited to fifteen pages including all information requested by this sources sought notification. Using the front and back of a single page will be considered two pages. 3. BUSINESS SIZE (a) If an 8(a) or other small business receives an award as prime contractor as a result of any future 8(a) or other small business set-aside solicitation the small business prime shall be required to comply with FAR 52.219-14 which states that "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern". If your firm is an 8(a) or a small business, provide evidence that on past contracts of a similar nature that your firm (as the prime contractor) was able to comply with this requirement. (b) Identify Offeror's type of small business and business size as well as any applicable socioeconomic categories (such as "other than small" business, small business, HUBZone small business, service-disabled veteran-owned small business, veteran-owned small business, or 8(a) contractor). Also include offeror's Joint Venture information, if applicable - existing and potential. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine how to proceed with the procurement. All interested firms shall submit the above information to this office via email by 4:00 P.M. Pacific Time on 20 November 2019. Submit response and information to Jennifer Sarraga, Jennifer.R.Sarraga@usace.army.mil and Donald Sumner at Donald.Sumner@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9123820R0013/listing.html)
 
Record
SN05490558-W 20191108/191106230424-095e9b912c63be7def38f851d491ebeb (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.