Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOURCES SOUGHT

Z -- 63rd Reserves Facility Investment Services - Attachment

Notice Date
3/10/2016
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-16-R-0005
 
Archive Date
4/23/2016
 
Point of Contact
DeAnna L. Mannel, Phone: 916-557-6690
 
E-Mail Address
deanna.l.mannel@usace.army.mil
(deanna.l.mannel@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Map Facility Investment Services for the 63RD Reserves, Regions 4 - NV, AZ, NM, and TX This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Responses are being sought from qualified small concerns possessing the technical/management expertise to execute the work requirements. The required work elements include, but may not be limited to the following; The Facility Investment Services procured under these contracts may include, but are not limited to: monthly maintenance of facilities as well as repairs to systems and utilities or other services but not construction or remodels of existing buildings. These services may be needed for all Army Reserve Centers within the 63rd RSC's area of Responsibility (AOR) such as sewers, mains, power lines and utilities. Accomplishment of the work may require electricians, plumbers, HVAC repairmen, painters, and carpenters. The contracts resulting from this Acquisition Strategy will be Indefinite Delivery Indefinite Quantity (IDIQ) type acquisition. Offeror's should review the attached map demonstrating the associated work areas with regards to region 4. It is the intentions of USACE to solicit each region as a separate acquisition. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Services 2. NAICS Code: 238990 - All Other Specialty Trade Contractors 3. Business Size Standard: $15 Million 4. FSC Code: Z1AZ - Maintenance of Other administrative facilities and service buildings 5. In accordance with FAR 52.219-14(c)(1), Limitation on Sub-Contracting: "Services." "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. This will be procured using a Indefinite Delivery - Indefinite Quantity (IDIQ) type acquisition. It is anticipated that this acquisition will be awarded utilizing a Request for Proposal (RFP) Best-value Trade-off acquisition type. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: • Firm's name, address, point of contact, phone number, and e-mail address. • Firm's interest in bidding on the solicitation when it is issued. • Provide Example Projects: The firm should provide a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - o Provide at least one (1) example project demonstrating your firms ability and experience in managing work at various locations (20+) throughout a wide/multi-state geographical distance o Provide two (2) example projects demonstrating experience of work similar to that described within the description provided above. • Firm's Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a). • Firm's Joint Venture information if applicable - existing and potential Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 pm, Friday, 8 April 2016. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email responses to: DeAnna.L.Mannel@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/DACA05/W91238-16-R-0005/listing.html)
 
Record
SN04045937-W 20160312/160310234909-ffc922d3be2fb69a819969c80dc48753 (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.