Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2022 SAM #7652
SOURCES SOUGHT

Z -- Operations & Maintenance Services for South Florida Operations Office- USACE

Notice Date
11/10/2022 12:47:38 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23R0005
 
Response Due
12/12/2022 12:00:00 PM
 
Archive Date
03/12/2023
 
Point of Contact
David Shingleton, Contract Specialist, Phone: 9042321619, Gary Weir, Phone: 904-570-4596
 
E-Mail Address
David.M.Shingleton@usace.army.mil, Gary.R.Weir@usace.army.mil
(David.M.Shingleton@usace.army.mil, Gary.R.Weir@usace.army.mil)
 
Description
The US Army Corps of Engineers, Jacksonville District is issuing this Sources Sought notice as a means of conducting market research to identify firms having an interest in and the resources to support this requirement for Facilities Support Services. The result of this market research will contribute to determining the method of procurement. The primary North American Industry Classification System (NAICS) code assigned to this requirement is 561210 for Facilities Support Services with other supporting NAICS codes listed below. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business community to include Section 8(a), Service Disabled-Veteran Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB), and Historically Underutilized (HUBZone) concerns. The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Other than small businesses are welcome to submit their capabilities also, but the primary targeted community is the small business. The general requirements for this contract include providing oversight, management, and assessment of facility and infrastructure operations, maintenance and repair, material control, and customer service throughout the US Army Corps of Engineers (USACE) South Florida Operations Office (SFOO) areas of responsibility (too many and). Services include Operations Management; Operations and Maintenance; Infrastructure Systems; Facility Systems; and includes the following activities: Heating Ventilation and Air Conditioning (HVAC), plumbing, electrical maintenance and repair, Vertical Transportation Equipment (VTE) maintenance, minor construction, structural, and roof maintenance. This operations activity also maintains and operates the Automated Data System and the capacity to respond and eliminate any facility or infrastructure related emergency condition 24 hours a day. The contractor is expected to partner with the US Army Corps of Engineers (USACE) SFOO community in continuously improving the quality of programs and services offered to customers and shall follow applicable instructions and local procedures concerning the management of environmentally sensitive operations and shall cooperate with USACE officials in resolving incidents and taking corrective action to prevent recurrence when divergences from sound environmental practices occur within the service area of responsibility. REQUIRED CAPABILITIES: a)� Part of the US Army Corps of Engineers mission is to ensure there are navigable harbors and channels, reduce flood risks, restore ecosystems, protect wetlands and stabilize shorelines.� In order for the Corps to successfully meet mission requirements, the infrastructure must be maintained. Some of the work included is maintenance and repair of buildings, structures, mechanical, electrical, plumbing, water, and disposal systems, maintenance of signs, gates, bumpers, posts, fencing, traffic counters; maintenance and repair of unpaved and paved roads, road shoulders, parking areas, drainage structures, and boat launching ramps; and maintenance and repair of drainage systems, water control structures, dikes, levees, and lock compounds. Services may also include heavy equipment operation, tractor operation, brush clearing, tow ditch clearing, herbicide application, plumbing, electrical and mechanical repairs. b)� Structural repairs might consist of masonry, reinforced concrete, steel, welding, bolted connections, foundations, piling, roofing, walkways, platforms, or any structural component of the types of structures or facilities listed in the introduction above. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. c)� Canal work will consist of grading, clearing and grubbing, bush hogging, excavation, backfilling, cut and fill operations, shoreline stabilization and protection and any other work required to maintain or restore the original condition of the canal or canal banks. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. d)� Work in the Parks may consist of extensive tree clearing and trimming, debris removal, and all grounds maintenance required to maintain or restore conditions to the Parks. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. e)� Work in the recreation areas may consist of repairs or replacements to parking areas, campground amenities such as picnic tables, covered assemblies, RV parking and camp sites, water supply, electrical supply and sewer work. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. f)� Work on the Locks and Dams may consist of high voltage electrical work, hydraulic machinery, structural repairs to large gates and concrete monoliths, Timber Guide Walls, Concrete Piling and Structural Plastic Lumbers, Lighting, and underwater diving operations to inspect and repair Manatee Screens on lock gates. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. g)� Work on Water Control Structures may include culvert repairs or replacements, earthwork, erosion protection, electrical and mechanical gate repairs or replacements, pump repairs or replacements, and small scale dredging. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. h)� Maintenance and repair of Government owned and leased vehicles, boats, trailers, equipment, and other internal combustion engines. �Describe your experience or methodology supporting others with this type of operations and maintenance requirement. Applicable NAICS Codes: The predominant North American Industry Classification System Code (NAICS) for this requirement is 561210 (Facility Support Services), with the corresponding size standard of $38.5M.� Additional NAICS Codes for this requirement are: 811310 (Airboat Services & Repairs) 333120 (Construction Machinery Manufacturing) Footnote #6 532412 (Construction, Mining and Forestry Machinery and Equipment Rental and Leasing) 532490 (Other Commercial and Industrial Machinery and Equipment Rental and Leasing) Footnote #6: NAICS Subsectors 333, 334, 335 and 336 � For rebuilding machinery or equipment on a factory basis, or equivalent, use the NAICS code for a newly manufactured product. Concerns performing major rebuilding or overhaul activities do not necessarily have to meet the criteria for being a �manufacturer� although the activities may be classified under a manufacturing NAICS code. Ordinary repair services or preservation are not considered rebuilding. GSA Vehicle and Government Owned Equipment Requirements GSA Fleet Owned: Maintenance of vehicles identified as GSA vehicles, will be as directed by and/or approved by GSA. The contractor shall schedule preventative maintenance as required by GSA. All maintenance and/or repairs in excess of $100.00 will be approved by GSA before any costs are incurred. Instructions for obtaining GSA approval will be provided to the contractor by the Contracting Officer�s Representative. GSA Fleet Billing: The contractor shall bill the GSA Credit Card Company for all work performed on GSA vehicles in accordance with instructions from GSA and/or their credit card company. The Credit Card Company will issue the contractor payment for approved work on GSA vehicles. GSA Fleet Standards: The contractor�s records will reflect all work performed on GSA vehicles, the amount billed to the Credit Card Company, the amounts received, and will provide copies to the COR upon request. Government Owned Standards: All Government vehicles, boats, equipment, and other ICE will be maintained in good working condition and receive PM services IAW the approved maintenance intervals. All inspection reports and load certifications of LHE will be IAW EM 385-1-1 Section 16. At a minimum, the maintenance technician performing services must have successfully passed the Automotive Service Excellence (ASE) Auto Maintenance and Light Repair Certification Test (G1), and possess current certification. SFOO has 2 dump trucks and a truck crane that are not GSA leased and government owned. Government equipment (not a complete list: Pressure washers, Chainsaws, Generators, Welders, Compressors, Trailers, Winches, Trash pumps, Portable potable water systems, Sandbagging machine, Road Grader,�Bobcat, Loader, Man-lift, Excavators, Cranes, Mules, Golf Carts, Dozers, Forklifts,Dewatering Pumps, Etc. Locations of Performance The work to be performed under this contract will be performed throughout the South Florida Area of Responsibility (AOR). The South Florida AOR extends from Cape Canaveral in the north to the Florida Everglades in the south, and from the Atlantic coast in the east to the Gulf of Mexico in the west, and includes but is not limited to the following sites: Canaveral Lock, Herbert Hoover Dike and Trail, Julien P. Keen (Moore Haven) Lock, Ortona Lock and Recreation Area, Port Mayaca Lock, St. Lucie Lock and Recreation Area, South Florida Operations Office, and `W.P. Franklin Lock and Recreation Area. Government Provided Facilities Info The Government will provide one building at the South Florida Operations Office in Clewiston, FL for the Contractor to use as office space. A maintenance area will be provided for the Contractor to service vehicles and small equipment as long as the space remains non-essential for other Government operations. Solicitation Info The US Army Corps of Engineers, Jacksonville District, intends to advertise for the award of an Indefinite Delivery/Indefinite Quantity (IDIQ), Single Award Task Order Contract (SATOC) with a total capacity of 20 Million dollars. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns) to identify their capabilities in meeting the requirement at a fair market price. Contractor's response to this Synopsis shall be limited to 3 pages and shall include the following information: 1. Contractor's name, address, point of contact, phone number, website, email address, cage code and unique entity ID. 2. Contractor's interest in proposing on the solicitation when it is issued. 3. Contractor's capability to perform a contract of this magnitude and complexity. Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If more than 50% subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable � existing and potential. All responses to this sources sought notice/market research will be evaluated and used in determining the acquisition strategy for this requirement. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 12 December 2022 at 3:00 PM Eastern. All responses under this Sources Sought Notice must be emailed to David.M.Shingleton@usace.army.mil Prior Government contract work is not required for submitting a response under this Sources Sought. You must be registered with the System for Award Management (SAM) in order to receive a Federal Government contract award. Go to www.SAM.gov to register. If you have any questions concerning this opportunity, please contact: David.M.Shingleton@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/92d3088bccea46a983605a2d2026ece4/view)
 
Place of Performance
Address: Clewiston, FL 33440, USA
Zip Code: 33440
Country: USA
 
Record
SN06515278-F 20221112/221110230105 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.