SOLICITATION NOTICE
S -- Operation and Maintenance Services for Lake Cumberland Area
- Notice Date
- 1/8/2015
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-15-R-0004
- Response Due
- 2/3/2015
- Archive Date
- 3/9/2015
- Point of Contact
- DAVID SMITH, 615-736-7933
- E-Mail Address
-
USACE District, Nashville
(david.a.smith3@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a pre-solicitation notice that a solicitation for a competitive acquisition for the award of one firm-fixed price contract is scheduled to be released via FedBizOpps (www.fbo.gov) in the near future. This synopsis is for information and planning purposes only. Issuance of this notice does not constitute any obligation on the part of the Government and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. No solicitation is currently available. PURPOSE: The U.S. Army Corps of Engineers (USACE) Nashville District has a requirement for Operation and Maintenance Services at Lake Cumberland located on the Cumberland River, 60 miles south of Lexington, Kentucky. PROJECT DESCRIPTION: The Government intends to issue a Request for Proposal (RFP) solicitation and anticipates award of one firm fixed-price requirements contract with a base and four (4) option years for operation and maintenance services at Lake Cumberland. The areas of work are located in Pulaski, Wayne, Clinton, Russell, Whitley and McCreary Counties of Kentucky. Principal cities in the area are Somerset, Monticello, Albany, Jamestown and Russell Springs. A contractor is needed to operate and maintain the facilities throughout the Lake Cumberland area. SUMMARY OF WORK: The Contractor shall furnish all necessary management, supervision, inspection, personnel, materials, supplies, parts, tools, tool related hardware, equipment, transportation, vehicles, and fuel except as otherwise provided herein, required to perform mowing, cleaning, janitorial, and other maintenance services at the Lake Cumberland project recreation areas. In general (not all inclusive), work will entail the following: 1. Grass Mowing-approximately 750 acres annually. 2. Cleaning Services-includes litter pickup, camp sites, picnic sites and shelters, restrooms, shower houses, fish cleaning stations, sanitary dump stations, and leaf removal. 3. Janitorial Services-includes approximately 26,000 sq. ft. of building space. 4. Facility Repair, Maintenance, and other Non-Routine Services which includes various equipment and laborer, general maintenance worker, carpenter, painter, electrician, plumber, truck driver, welder, and equipment operator. 5. Boundary Line Marking and Painting-includes approximately 100 miles annually. 6. Playground Maintenance-includes routine playground maintenance. TYPE OF SET-ASIDE: The solicitation will be issue as a 100% Set-Aside for Small Business only. NAICS CODE AND SBA SIZE STANDARD: NAICS code is 561210, Facilities Support Services; with a small business size standard of $38.5 million. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or about February 3, 2015 but may be issued prior to or after this date. The performance work statement, closing date and time for submission of offers as well as the date and time for pre-proposal conference/site visit will be available at the time of solicitation release. SOLICITATION INFORMATION: The solicitation documents for this requirement will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) database. Access to these files will be made available online via the Federal Business Opportunities (FBO) website at https://www.fbo.gov under solicitation number W912P5-15-R-0004. The Government will use the Best Value Tradeoff Source Selection Process procedures described in FAR 15.101-1 in making an award. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE SYSTEM FOR AWARD MANAGEMENT (SAM): All Offerors must be actively registered in SAM (https://www.sam.gov) to be eligible for award of a Government contract and remain current for the duration of the contract. Also, offerors must have their representations and certifications available on-line in SAM or provide them with their proposal in order to receive a Government contract award. IMPORTANT INFORMATION: It is, and will continue to be, the responsibility of all potential offerors to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted at the referenced website. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is David A. Smith, telephone: 615-736-7933, fax: 615-736-7124, e-mail: David.A.Smith3@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail or facsimile. It must identify the solicitation number, company name, address, e-mail address, phone number including area code, facsimile number, and point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-15-R-0004/listing.html)
- Place of Performance
- Address: USACE District, Nashville P.O. Box 1070, 801 Broad Street Nashville TN
- Zip Code: 37202-1070
- Zip Code: 37202-1070
- Record
- SN03611461-W 20150110/150108234657-928c80d84aff118217214d1f4b19cc0f (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 |