Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2018 FBO #5900
SOURCES SOUGHT

S -- Laurel O&M

Notice Date
1/16/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P518R0008
 
Point of Contact
Eugenia J. Corder, Phone: 615-736-5603, Debra A. Barlow, Phone: 615-736-7933
 
E-Mail Address
Eugenia.J.Corder@usace.army.mil, debra.a.barlow@usace.army.mil
(Eugenia.J.Corder@usace.army.mil, debra.a.barlow@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS NOT A SOLICITATION, INVITATION FOR BID, REQUEST FOR QUOTE (RFQ) OR A REQUEST FOR PROPOSAL (RFP). THIS SOURCES SOUGHT IS FOR ACQUISITION PLANNING PURPOSES ONLY AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. ANY COST INCURRED AS A RESULT OF THE ANNOUNCEMENT SHALL BE BORNE BY THE INTERESTED PARTY (PROSPECTIVE OFFEROR) AND WILL NOT BE CHARGED TO THE GOVERNMENT FOR REIMBURSEMENT. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF ANY GOVERNMENT ASSESSMENTS. PURPOSE: The U.S. Army Corps of Engineers Nashville District is conducting this Sources Sought in support of Market Research to notify and seek potential qualified members of industry to gain knowledge of capabilities, interest, and qualification; to include the Small Business Community for completing the work effort relative for Laurel River O&M located in Laurel and Whitley counties of Kentucky within the Daniel Boone National Forest. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The type of solicitation to be issued will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of set-aside decision to be issued will depend upon the responses to this sources sought. NO SOLICITATION EXISTS AT THIS TIME. SCOPE OF WORK (SUBJECT TO CHANGE): This Market Research/Sources Sought Notice is for information on availability and capability of potential Contractors for completing the work effort relative for Laurel River O&M located in Laurel and Whitley counties of Kentucky within the Daniel Boone National Forest, principal cities in the area are: Corbin, London and Somerset, KY; NAICS 561210, Facility Support Services, Small Business Size Standard - $32.5 Million. The Corps of Engineers has need of a contract for The Laurel River Lake consisting of the following major components: 1. Grass Mowing. The work shall consist of mowing and trimming all grass and other vegetation in designated locations at the various areas at the Laurel River Lake Project. The Contractor shall provide all personnel, materials, supplies, parts, tools, equipment, and vehicles to perform this work. 2. Trail Maintenance. Trail maintenance is to be done in the trail corridor, which is composed of the tread, trailway and the area above up to the height of 8-ft (see Exhibit H). The trailway includes the area on both sides of the trail 4-ft from the tread centerline. The edges of the trail corridor are the clearing limits. 3. Beach Area Cleaning. The work shall consist of cleaning and servicing public use areas and facilities at the Spillway Beach Area (including the beach area, overlook, overlook restroom, Laurel Lake Loop Trail, Path from Hwy. 1193 to Floating Fishing Pier and associated parking areas) and removal of refuse and litter from Laurel River Lake. The use of any nonstandard methods or practices or any deviation from the following specifications, or the use of any materials (i.e., chemicals, cleaning compounds, etc.) in a manner contrary to manufacturer's specifications, must receive prior approval of the COR. The contractor shall provide all personnel, materials, supplies, parts, tools, equipment, vehicles and transportation to perform this work. 4. Picnic Area Cleaning. The work shall consist of cleaning and servicing public use areas and facilities at the Laurel River Dam. Picnic Area and removal of refuse and litter from Laurel River Lake. The use of any nonstandard methods or practices or any deviation from the following specifications, or the use of any materials (e.g., chemicals, cleaning compounds, etc.) in a manner contrary to manufacturer's specifications, must receive prior approval of the COR. The contractor shall provide all personnel, materials, supplies, parts, tools, Equipment, vehicles and transportation to perform this work; except that the Government shall provide those items listed in Section 1. All safety hazards and any damage to the facilities shall be immediately reported to the COR. 5. Tailwaters Area Cleaning. The work shall consist of cleaning and servicing public use areas and facilities at the Laurel River Dam. Picnic Area. The use of any nonstandard methods or practices or any deviation from the following specifications, or the use of any materials (i.e., chemicals, cleaning compounds, etc.) in a manner contrary to manufacturer's specifications, must receive prior approval of the COR. The contractor shall provide all personnel, materials, supplies, parts, tools, equipment, vehicles and transportation to perform this work; except that the Government shall provide those items listed in Section 1. All safety hazards and any damage to the facilities shall be immediately reported to the COR. 6. Janitorial Services. The work shall consist of providing janitorial and cleaning services for the Resource Manager's Office, Maintenance Compound and Shop, and Laurel Powerhouse and Warehouse Offices. The Contractor shall provide all personnel, materials, supplies, tools, parts, vehicles and equipment to perform this work. Contractor may use wet/dry vacuum at the shop provided the vacuum is emptied and the filter is cleaned regularly by the Contractor. Garden hoses located at the shop and office are available for Contractor use. The Nashville District USACE anticipates a requirement for a firm fixed-price (FFP) requirements contract with a one year base and four (4) one year option for operation and maintenance services at Laurel River Lake. This is a re-occurring need. Delivery time will be sequential and will be determined at the time of solicitation. Contractor will be required to provide Performance and Payment bonds. Liquidated Damages Clause will apply to any resultant contract. Official Solicitation is anticipated to be issued in February 2018. Results of this sources-sought announcement will be used, in part, to determine the size and make-up of the industrial base for this type of item and the feasibility of a small business or socio-economic set aside for this project. All qualified contractors are encouraged to respond; lack of responses may jeopardize the project being set aside for small business. CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: (In A through H). A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B. DUNS number and CAGE code. C. Business size/classification to include any designations (Small Business, HUBZone, 8(a), Women-owned, Service-Disabled Veteran-Owned, etc.). D. A Statement of Capability (SOC) stating your skills, experience, and knowledge required to perform the specified type of work as described above. This SOC should be a brief description of your company's capabilities. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. The potential bidders should provide brief references of relevant work they have performed and the magnitude. E. Indicate whether your company will perform the work directly, or intends to subcontract the work. If subcontracting, identify the percentage of work to be subcontracted. Identify the percentage of work your form may be capable of directly performing. F. A statement regarding past bonding and evidence of your bonding capability. G. Please indicate whether your firm will submit an offer for this project. H. Any other information that would assist in determining your company's capability in performing the described construction work. SUBMISSION OF CAPABILITY STATEMENT: Submit this information to Eugenia J. Corder, Contract Specialist, US Army Corps of Engineers via email to Eugenia.J.Corder@usace.army.mil. Your response to this Sources Sought notice must be received by 1:00 PM CST on January 23, 2018. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. As a reminder, this Sources Sought announcement notice should not be construed in any manner to be an obligation to issue a contract, or result in any claim for reimbursement of costs for any effort you expend in responding to this request. No solicitation is currently available. Any future solicitation package will be made available on the Federal Business Opportunities (FBO) website https://www.fbo.gov. Interested parties are solely responsible for monitoring the FBO website for the release of a solicitation package and/or any updates/amendments. Search Keyword "W912P5" to obtain a complete listing of all Nashville District US Army Corps of Engineers opportunities. Contracting Office Address: U.S. Army Corps of Engineers Rivers Contracting Division Nashville Contracting Branch CELRN-RC-N 110 Ninth Avenue South, Room A680 Nashville, TN 37203-3817 United States Place of Performance: Laurel County London, KY 40744 United States Primary Point of Contact: Eugenia J. Corder, Contract Specialist Eugenia.J.Corder@usace.army.mil Phone: 615-736-5603 Fax: 615-736-7124 Secondary Point of Contact: James W. Purcell Contracting Officer James.W.Purcell@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P518R0008/listing.html)
 
Place of Performance
Address: LAUREL RV LK, U S ARMY CORPS OF ENGRS RES MGR, 1433 LAUREL, London, Kentucky, 40744-9739, United States
Zip Code: 40744-9739
 
Record
SN04790484-W 20180118/180116231234-102b827f5010aa608768b87096d0caed (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.