Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2004 FBO #0990
SOURCES SOUGHT

Z -- Provide Base Operations Support services at Fort Hamilton, New York.

Notice Date
8/10/2004
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
REFERENCE-NUMBER-RFI0002
 
Response Due
8/25/2004
 
Archive Date
10/24/2004
 
Point of Contact
Sandra Tillman, (703) 806-3869
 
E-Mail Address
Email your questions to ACA, Capital District Contracting Center
(Sandra_E_Tillman@belvoir.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Capital District Contracting Center (CDCC) Fort Belvoir, Virginia is seeking small business firms capable of providing Base Operations Support at Fort Hamilton, New York. The contractor shall provide all services, materials, management and super vision, labor, scheduling and estimating, and equipment to operate, maintain, repair, and construct real property facilities, and to provide certain other BASOPS services. Services are provided primarily at Fort Hamilton, NY, but include Bellmore Maintena nce Facility, Hempstead, and Long Island. Functional areas of the Directorate Of Public Works (DPW) include but are not limited to the maintenance, repair, and associated support services for the following: Dining Facilities, Community Facilities, Child C are Facilities, Appliance & Equipment repair, Pest Control, Air Conditioning Systems, Buildings and Structures, Signage, Fencing, Landscaping and Grounds(Improved and Unimproved), Surfaced Areas, Refuse/Debris Collection and Disposal, Fire Detection and Su ppression Systems, Security Alarm Systems, Environmental Services, Snow and Ice Removal and Unaccompanied Personnel Housing operations. Functional areas of the Directorate of Logistics include, but are not limited to: Personal Property Shipping Office, Tra nsportation Motor Pool, logistics and warehouse support, and the minor repair of Property Book furnishings, furniture and moveable equipment. In addition to routine, recurring services, the contractor provides services on a 24 hour a day, seven day a week basic, including natural and national emergencies. In addition, the contractor shall have the financial capabilities to maintain operating expenses of up to 5 million dollars at any one time. This SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market rese arch tool used to determine the availability and adequacy of potential small businesses prior to issuance of a request for Proposal. Based on a review of industry response to this Sources Sought Synopsis, the Government will decide whether it is appropriat e to offer this requirement as a competitive Small Business Set-Aside. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This will be a Performance-Based, Fixed Price, Ind efinite Delivery Indefinite Quantity (IDIQ) contract for a base period of one year with four one-year options. The North America Industrial Classification(NAICS) Code is 561210 (SIC 8744) with a size standard of 30 million dollars. It is requested that int erested small business firms submit to the contracting office a brief capabilities statement package to include financial capabilities (no more than 25 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requirement described above. Please provide the requested package to Capital District Contracting Center, Attn: William Campbell by August 25, 2004. The page limitation cited is not inclusive of resumes/personnel information. This documentation shall address, as a mi nimum the following: (1) Prior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, and organization supported, indication of whether the prime or subcontractor, contrac t value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to this requirement:(2) Company profile to include number of employees, annual revenue history, office location (s), CAGE Code , DUNS number and a statement of Small Business status:(3) Resources available such as corporate management and current-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel: (4 ) Management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel:(5) Financial capability to maintain operating expenses of up to 5 million dollars at any one time. The capability statement package shall be sent by m ail to the following address: William Campbell: 9410 Jackson Loop, Suite 101, Fort Belvoir, Va. 22060-5134.
 
Place of Performance
Address: ACA, Capital District Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
Country: US
 
Record
SN00640651-W 20040812/040810212423 (fbodaily.com)
 
Source
FedBizOpps.gov 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.