SOURCES SOUGHT
S -- FY23 Dissolved Oxygen Facility Operation and Maintenance Services Contract
- Notice Date
- 12/19/2022 7:20:24 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN23S5005
- Response Due
- 1/4/2023 8:00:00 AM
- Point of Contact
- Amy L Collins, Phone: 9126525505, Glenda Canty, Phone: 9126525030
- E-Mail Address
-
Amy.L.Collins@usace.army.mil, glenda.a.canty@usace.army.mil
(Amy.L.Collins@usace.army.mil, glenda.a.canty@usace.army.mil)
- Description
- This is a Sources Sought/Request for Information only.� This is not a Solicitation Announcement, nor is it a Request for Proposal.� This request does not obligate the Government in any contract award.� The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirementss for Dissolved Oxygen (DO) Facility Operation and Maintenance Services.� The result of this market research will contribute to determining the method of procurement.� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210 - Facilities Support Services with a size standard of $41.5M.� The Product and Service Code is S216 - Housekeeping Facilities Operations Support. The US Army Corps of Engineers - Savannah District is seeking short-term operation and maintenance (O&M) services for the Savannah Harbor Dissolved Oxygen Injection System.� The magntude of construction is between $1,000,000 and $5,000,000.� The DO System includes two (2) plants at two (2) separate locations along with Savannah River in Southeast Georgia.� Operation and maintenance services are needed from May 2023 through April 2024.� If you are interested in this project and/or your organization has the potential capacity to perform these services, please submit the following information to the Point of Contact (POC) listed below.�� 1.� Name and Address of Your Firm 2.� Point of Contact (name/phone/email)� 3.� Company Website� 4.� Unique Entity ID 5.� Commercial and Government Entity (CAGE code (https://cage.dla.mil)� 6.� Business Size, to include designation as HubZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-Owned Business, and Large Business.� The Government must be able to verify SBA certification of HUBzone, 8(a) and SDB via the System for Award Management (SAM) (https://www.sam.gov) and Small Business Administration (https://web.sba.gov/)� 7.� Bonding capacity for your firm in terms of single and aggregated bonding.� 8.� Capability statement addressing the particulars of this effort, with the appropriate documentation supporting claims of organization and staff capability.� Please state if you have experience in performing facility support services and a list of projects similar to the work described in the project description completed as the prime contractor within the past 5 years.� Project information should include scope and magnitude (contract value).� If significant subcontracting (self-performance is less than 15%) or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party.��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/83e4e1859aca4355910f68c0265fb9ab/view)
- Place of Performance
- Address: USA
- Country: USA
- Record
- SN06547142-F 20221221/221219230107 (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 |