Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOURCES SOUGHT

Z -- Facilities Support Services for South Florida Operations Office

Notice Date
2/10/2016
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-16-Z-0007
 
Archive Date
3/24/2016
 
Point of Contact
Lisa L. Snead, Phone: 9042323420, Philip M. Mauldin, Phone: 904-232-1240
 
E-Mail Address
lisa.l.snead@usace.army.mil, philip.m.mauldin@usace.army.mil
(lisa.l.snead@usace.army.mil, philip.m.mauldin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT ANNOUNCEMENT The US Army Corps of Engineers (USACE), Jacksonville District is seeking sources for Facilities Support Services at our South Florida Operations Office. CONTRACTING OFFICE ADDRESS: U.S. Army Corps of Engineers 701 San Marco Blvd. Jacksonville, FL 32207 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. The US Army Corps of Engineers, Jacksonville District is seeking information for potential sources for a requirement for USACE South Florida Operations Office (SFOO), Clewiston (Lake Okeechobee), FL. Work will include oversight of repair, maintenance, and minor construction services. The types of maintenance and minor construction services include, but not limited to all types of structures, canals, canal banks, parks, recreation areas, easements, locks & dams, water control structures, manatee protection devices. The geographical area of facilities falling under this contract for repair, maintenance and minor construction include, central and southern Florida, from Cape Canaveral in the north to the Florida Everglades in the south, and from the Atlantic coast in the east to the Gulf of Mexico in the west. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number: W912EP-12-C-0001 Contract Type: Cost-Plus Award Fee Incumbent: R&D Maintenance Services Inc., Method of previous acquisition: 100% Small Business Set-aside Performance will commence on 01 OCT 16. The period of performance will cover a base year of 12 months and 4 subsequent option years for a total of 5 years. Place of Performance: Central and southern Florida, from Cape Canaveral in the north to the Florida Everglades in the south, and from the Atlantic coast in the east to the Gulf of Mexico in the west. REQUIRED CAPABILITIES: a) Part of the US Army Corps of Engineers mission is to ensure there are navigable harbors and channels, reduce flood risks, restore ecosystems, protect wetlands and stabilize shorelines. In order for the Corps to successfully meet mission requirements, the infrastructure must be maintained. Some of the work included is maintenance and repair of buildings, structures, mechanical, electrical, plumbing, water, and disposal systems, maintenance of signs, gates, bumpers, posts, fencing, traffic counters; maintenance and repair of unpaved and paved roads, road shoulders, parking areas, drainage structures, and boat launching ramps; and maintenance and repair of drainage systems, water control structures, dikes, levees, and lock compounds. Services may also include heavy equipment operation, tractor operation, brush clearing, tow ditch clearing, herbicide application, plumbing, electrical and mechanical repairs. b) Structural repairs might consist of masonry, reinforced concrete, steel, welding, bolted connections, foundations, piling, roofing, walkways, platforms, or any structural component of the types of structures or facilities listed in the introduction above. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. c) Canal work will consist of grading, clearing and grubbing, bush hogging, excavation, backfilling, cut and fill operations, shoreline stabilization and protection and any other work required to maintain or restore the original condition of the canal or canal banks. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. d) Work in the Parks may consist of extensive tree clearing and trimming, debris removal, and all grounds maintenance required to maintain or restore conditions to the Parks. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. e) Work in the recreation areas may consist of repairs or replacements to parking areas, campground amenities such as picnic tables, covered assemblies, RV parking and camp sites, water supply, electrical supply and sewer work. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. f) Work on the Locks and Dams may consist of high voltage electrical work, hydraulic machinery, structural repairs to large gates and concrete monoliths, Timber Guide Walls, Concrete Piling and Structural Plastic Lumbers, Lighting, and underwater diving operations to inspect and repair Manatee Screens on lock gates. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. g) Work on Water Control Structures may include culvert repairs or replacements, earthwork, erosion protection, electrical and mechanical gate repairs or replacements, pump repairs or replacements, and small scale dredging. Describe your experience or methodology supporting others with this type of operations and maintenance requirement. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561210, with the corresponding size standard of $38.5M. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. To assist US Army Corps of Engineers, Jacksonville District in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Firms must be able to meet the performance of work requirements IAW FAR 52.219-14 (SB and 8(a)); FAR 52.219-3(HUB-Zone); FAR 52.219-29(EDWOSB) and FAR 52.219-27 (SDVOSB). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code 5) Firm's capability to perform a contract of this magnitude and complexity 6) Brief description of previous projects (within the past 5 years) -project name, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples 7) Firm's Joint Venture information if applicable. Vendors who wish to respond to this should send responses via email NLT 9 March 2016, 4:00 PM Eastern Daylight Time (EDT) to Ms. Lisa Snead, lisa.l.snead@usace.army.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to manage facilities with the complexity and magnitude of the operations and maintenance services listed in this Technical Description.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-Z-0007/listing.html)
 
Place of Performance
Address: Central and southern Florida, from Cape Canaveral in the north to the Florida Everglades in the south, and from the Atlantic coast in the east to the Gulf of Mexico in the west., Florida, United States
 
Record
SN04017407-W 20160212/160210235526-d37f71eb9192f7f8e9d2fdc802bc8e60 (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.