SOURCES SOUGHT
J -- BOS (BASE OPERATION SUPPORT) SERVICES IN THE FORM OF FACILITY INVESTMENT, JANITORIAL, PEST CONTROL, REFUSE, AND GROUNDS and STREET SWEEPING AND SNOW REMOVAL
- Notice Date
- 5/23/2012
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Charleston, 69-A Hagood Avenue, Charleston, SC 29403-5107
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-12-S-0013
- Response Due
- 5/31/2012
- Archive Date
- 7/30/2012
- Point of Contact
- William Wallace, 843-329-8089
- E-Mail Address
-
USACE District, Charleston
(william.wallace@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business, Certified 8(a), HUBZone Small Business,Woman-Owned Small Business and Service Disabled Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 561210. The Small Business Size Standard is $35.5 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. The order of magnitude for this effort is estimated between $1,000,000 and $2,000,000. This is not a request for proposals. There will not be a solicitation or specifications and drawings available. The U.S. Army Corp of Engineers, Charleston District, is currently seeking potential sources for a Firm Fixed Price and indefinite-delivery, indefinite-quantity (IDIQ) type contract with a base period of one year and 4 one year option periods. The intention of this solicitation is to obtain BOS (Base Operation Support) services in the form of Janitorial, Pest Control, Refuse, Grounds, Street Sweeping and Snow Removal and the largest effort Facility Investment. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide the services outlined below and described in this Performance Work Statement (PWS) at the following locations: LEONARD C SAURAGE USARC--1735 FOSS STREET--BATON ROUGE, LA 70802-3598 LAFAYETTE USARC--1640 SURREY STREET--LAFAYETTE, LA 70508-2099 CARL J. SHETLER USARC--2300 TENTH STREET--LAKE CHARLES, LA 70601-6648 MONROE USARC--5101 SQUADRON ROAD--MONROE, LA 71203-6205 J DIAMOND USARC--5010 LEROY JOHNSON DRIVE--NEW ORLEANS, LA 70146-3601 BOSSIER CITY USARC--1420 SWAN LAKE ROAD--BOSSIER CITY, LA 71112-2596 FACILITY INVESTMENT ONLY FORT POLK USARC/ECS 17--2171 K AVENUE BLDG 8603--FORT POLK, LA 71459 BELLE CHASSE AFRC--400 RUSSELL AVE.--NEW ORLEANS, LA 70143 BROOKHAVEN USARC--1336 OLD HWY 51 NE--BROOKHAVEN, MS 39601-8017 JACKSON AFRC--4350 OFFICER THOMAS CATCHINGS SR DRIVE--JACKSON, MS 39209-3938 WALTER W. SCOTT USARC--180 COMMERCIAL AVENUE--JACKSON, MS 39209-3423 AMSA #146 (G)--180 COMMERCIAL AVENUE--JACKSON, MS 39209-3423 BG GEORGE A MORRIS USARC--1265 PORTERS CHAPEL ROAD--VICKSBURG, MS 39180-5790 Note: (1) If the decision is to Set-Aside this procurement for HUBZone Small Business, the contractor, shall be required to perform in accordance to 13 Code of Federal Regulation (CFR) SUBPART 126.700. (a) A qualified HUBZone Small Business receiving a HUBZONE contract for general construction must perform at least 15% of the contract either itself, or through subcontracts with other qualified HUBZONE Small Business concerns. Note: (2) If the decision is to Set-Aside this procurment for Service Disabled Veteran-Owned Small Business, the contractor shall be required to perform in accordance to Federal Acquisition Regulation (FAR) 52.219-14. Limitation on Subcontracting (b)(3) states the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. The Contractor shall provide Performance and Payment Bonds within five (5) calendar days after award. The contractor shall begin work within five (5) calendar days after acknowledgement of the Notice to Proceed. Completion Time for this project will be specified in the solicitation. If the contractor fails to complete the work within the specified number of days, the contractor shall pay liquidated damages to the Government in the amount specified in the contract. If you can meet all of the requirements for this project, please respond to this sources sought synopsis by email or mail to U.S. Army Corps of Engineers, Charleston District, Contracting Office, Attention: William Wallace 69A Hagood Avenue, Charleston, SC 29403, Phone (843) 329-8089. The e-mail address for William Wallace is William.Wallace@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. Response must be received no later than 4:00 P.M. Eastern Standard Time, on 31 May 2012. The following information is required: 1. Data Universal Numbering System (DUNS) & Commercial & Commercial and Government Entity (CAGE) (This information can be obtained from your Central Contractor Registration). 2. Name of firm w/address, phone and fax number, and point of contact. 3. State if your company is a certified 8(a), Small Disadvantaged Business, HUBZone Small Business, or Service-Disabled Veteran Owned Small Business. 4. State whether your firm can provide a Bid Bond (20% of the total bid amount), Performance and Payment Bonds (100% of the contract amount). 5. Indicate whether your firm will submit a bid for this project, if this project is set-aside for 8(a), HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, or other Small Business. 6. Qualification: Responses to this sources sought synopsis shall indicate specialized experience and technical competence in BOS (Base Operation Support) services in the form of Janitorial, Pest Control, Refuse, Grounds, Street Sweeping and Snow Removal and the largest effort Facility Investment. Provide documentation for your firm on past or similar efforts as a prime contractor. Submission Requirements: Firms submitting responses shall provide information on the most recent up to three projects that prove you can meet the qualification criteria listed above, with contract number, project location, description of work requirements, contact and phone number for each effort, and other references. Firms should also indicate all applicable personnel and sub-contractors proposed to work on the contract. Proof of Small Business Administration (SBA) registration 8(a) and HUBZone Small Business shall be provided with this response. 1. Does your company regularly engage in the Base Operation Support Contracts? Yes No 2. If so, please list the specific types of tasks/services provided. 3. How long has your company provided these types of facilities support services? 4. Please list any contracts your company is currently performing that would be considered the same as/similar to this effort (size, scope, complexity) as well as those you have completed within the last three years, including contract number, title, type, annual award amount, final contract amount and references with name and phone number. (a) Which of these are Performance Based Service Agreements? 5. Does your company normally submit a proposal as its own business entity or as a joint venture when competing for this type of work? When competed as a joint venture, list those firms with whom you were affiliated. 6. Provide detailed resumes of company principals with the firm to include their general FSC experience. 7. Were these contracts won competitively? If not, list those which were not. 8. Was award for these contracts made under formal source selection procedures? 9. On average, what percentage of the total effort does your company normally subcontract for this type of work? 10. Describe how your company maintains effective control (management and quality) over subcontracted portions of these contracts? 11. Has your company performed work in the area and is your company familiar with the demographic, economic and labor profiles of the area? 12. Where would you plan to obtain your labor force to perform this type effort in the area? 13. What is the likelihood of you proposing on this contract? Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Additional Info: Contracting Office Address: US Army Corps of Engineers, Charleston Office, 69A Hagood Avenue, Charleston, SC 29403 Place of Performance: Mississippi and Louisiana Point of Contact(s): William Wallace; (843) 329-8089
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1c322d7833d667368e70c2f892400a82)
- Place of Performance
- Address: USACE District, Charleston 69-A Hagood Avenue, Charleston SC
- Zip Code: 29403-5107
- Zip Code: 29403-5107
- Record
- SN02755791-W 20120525/120523235311-1c322d7833d667368e70c2f892400a82 (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 |