SOURCES SOUGHT
Z -- OPERATION, MAINTENANCE, AND REPAIR SERVICES OF FLOOD CONTROL FACILITIES IN THE MISSISSIPPI DELTA.
- Notice Date
- 1/19/2006
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-06-R-0011
- Response Due
- 1/26/2006
- Archive Date
- 3/27/2006
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. THIS REQUIREMENT HAS NOT BEEN SET-ASIDE FOR ANY PARTICULAR SMALL BUSINESS PROGRAM. For information purposes, the DRAFT Statemen t of Work will be available online at ftp://ftp.usace.army.mil/pub/mvk/Greenwood%20O%20and%20M%20Draft%20Specs/. The solicitation number for this announcement is W912EE-06-R-0011. Vicksburg Consolidated Contracting Office (VCCO) solicits for Capability Statements from all qualified and interested HubZone, Service Disabled Veteran Owned, and 8(a) small business firms to participate in a Best Value solicitation to furnish all labor, equipment, fuel, supplies, transportation, supervision, and management to inspect, operate, maintain, repair, and rehabilitate flood control facilities and features managed by the U.S. Army Corps of Engineers, Vicksburg District, Greenwood Area Office. The NAICS Code for the proposed action is 561210, Facilities (except compute r operation) support services, and the small business size standard is $32.5 Mil. Federal Supply Code is Z299, Maintenance, repair/alteration/all other. Under FAR guidelines, the prime contractor must have the capability to perform at least 50% of the co ntract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit these projects as either HubZone, Service Disabled Veteran Owned, 8 (a), or small business se t-asides. Proposals will be evaluated using a Best Value source selection process that will result in award of a cost-plus-award-fee contract to the responsive responsible offeror whose proposal, conforming to the solicitation, offers the Best Value to th e Government, technical, past performance, and cost considered. The Government anticipates awarding a contract for one base year and four option years. The Government invites contractors with the capabilities necessary to meet or exceed the stated requir ements as indicated in the Statement of Work to submit Capability Statements consisting of appropriate documentation, literature, brochures, and past performance references. Respondents must include references and a capability statement for at least two c ompleted or current projects, for which your firm was the prime contractor (or a major subcontractor) within the last three years of work similar in size, scope and complexity. Each reference shall include contact names, addresses, phone numbers, fax numb ers, contract numbers as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of SBA certification for 8(a) and/or HubZone status must also be included. The Capabilities Statement for this sour ces sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Statement of Work. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the VCCO 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 notif ied of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among HubZone, Service Disabled Veteran, or 8(a) firms or proceed with competition among all small business firms. Submissions that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions via email will be accepted, facsimile subm issions will not. Responses to this Sources Sought may be emailed to Cynthia Brown at cynthia.m.brown@mvk02.usace.army.mil or mailed to U.S. Army Corps of Engineers, Vicksburg Consolidated Contracting Office, ATTN: Cynthia Brown, 4155 Clay Street, Vicksb urg, MS 39183-3435. Responses must be received no later than 26 Jan 06, 4:00p.m. central standard time.
- Place of Performance
- Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Country: US
- Zip Code: 39183-3435
- Record
- SN00969147-W 20060121/060119212607 (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 |