Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2013 FBO #4113
SOURCES SOUGHT

S -- Cleanup Services for Mountain Home Project Office on Norfork & Bull Shoals Lakes in Baxter, Marion, & Boone Counties, AR and Ozark & Taney County, MO

Notice Date
2/25/2013
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USACE District, Little Rock, 700 West Capitol, Little Rock, AR 72201
 
ZIP Code
72201
 
Solicitation Number
W9127S-13-R-0010
 
Response Due
3/11/2013
 
Archive Date
4/26/2013
 
Point of Contact
Marcus Mitchell, 501-324-5720
 
E-Mail Address
USACE District, Little Rock
(marcus.d.mitchell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Cleanup Services for Mountain Home Project Office on Norfork Lake & Bull Shoals Lake, Baxter, Marion, & Boone Counties, AR Ozark & Taney County, MO This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will or will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock District has been tasked to solicit and award a service contract for cleanup services. The contractor shall perform the required cleanup services within the campgrounds and park facilities within Norfork & Bull Shoals Lakes. Norfork Lake is located in Baxter County in Arkansas & Ozark County in Missouri and is about 8 miles east of Mountain Home. Norfork Lake encompasses 9 Corps of Engineers Parks. Bull Shoals Lake is located in Baxter, Marion, and Boone Counties in Arkansas and Ozark & Taney Counties in Missouri. Bull Shoals Lake is about 13 miles west of Mountain Home and encompasses 9 Corps of Engineers Parks. The proposed acquisition will be competitive, firm fixed price contract. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), economically disadvantaged women-owned small business (EDWOSB), or Woman Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible firms. Small business, Section 8(a), HUBZone, SDVOSB ED/WOSB, or WOSB businesses are highly encouraged to participate. The contract period of performance is for a base period and 2 option years. The North American Industry Classification System code for this procurement is 561720 which has a small business size standard of $16.5M. The Standard Industrial Code is 7349 and The Federal Supply Code is be S201. Small Business firms and 8(a) firms are reminded under FAR 52.219-14, Limitations on Subcontracting that they must self perform at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute services comparable work performed within the past 5 years): Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, EDWOSB, and/or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable Interested Firm's shall respond to this Sources Sought Synopsis no later than March 11, 2013 at 1:00pm. All interested firms must be registered in SAM to be eligible for award of Government contracts. Mail, fax or email your response to Marcus Mitchell, Little Rock District Corps of Engineers, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, marcus.d.mitchell@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-13-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Little Rock 700 West Capitol, Little Rock AR
Zip Code: 72201
 
Record
SN02995145-W 20130227/130225234339-5adbfa29b37d675b9b9c82d6636c19b8 (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 |
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.