SOLICITATION NOTICE
Z -- Facilities Assessment Engineering Services (FAES)
- Notice Date
- 1/17/2018
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU18R0017
- Archive Date
- 3/17/2018
- Point of Contact
- David MacIntyre, Phone: 2156566295, Cherita Williams, Phone: 2156566775
- E-Mail Address
-
david.a.macintyre@usace.army.mil, cherita.l.williams@usace.army.mil
(david.a.macintyre@usace.army.mil, cherita.l.williams@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The U.S. Army Corps of Engineers, Philadelphia District (NAP), intends to initiate a Request for Proposal (RFP) to procure provide facility, program, and project management support to ensure the U.S. Army Reserve's 99th Readiness Division's buildings and grounds are properly monitored and maintained to meet the functional, appearance, safety, security and environmental standards of a federal workplace. The services to be provided by this contract include sustainment and revitalization assessment, real property asset assessment, facilities utilization assessment, energy and energy conversion programs support, fire safety inspections, walkthrough/visual inspection, investigation of customer reported issues, development of corrective action plans, quality assurance/inspection services, and data entry/knowledge management. Period of performance is a 12-month base period and four (4) 12-month option periods, for a total of sixty (60) months. The NAICS code is 561210 - Facilities Support Services; the size standard is $38,500,000.00. This procurement is a 100% 8(a) set-aside. Payment and performance bonding is a requirement for this procurement. The acquisition will be a competitive, negotiated, best-value procurement using the Contracting by Negotiation process prescribed in FAR 15.101-1 and 15.203. Competition will be limited to 8(a) firms. NAP will use the following evaluation factors in the source selection process: (1) Professional and Technical Approach, (2) Past Performance, and (3) Price. Narratives must clearly define the proposed scope and quality levels that the contractor is offering to the Government in enough detail for the Government and the offeror to mutually understand whether the proposal meets or exceeds the minimum solicitation requirements. Detailed evaluation criteria will be included in the RFP package. Initial price proposals must be submitted along with initial technical proposal to the Contracting Officer in accordance with the requirements of the RFP. Offerors are advised that the Government intends to award a contract based on initial proposals received without discussions or any contact concerning the proposal received; therefore, each proposal should contain the offeror's best terms. The Government reserves the right to hold discussions at its discretion. The solicitation Number W912BU-18-R-0017 will be issued on or about 1 February 2018 with a closing date on or about 2 March 2018 at 1400 hours. Hard copies will not be available and written or fax requests will not be accepted. The official media of distribution for this RFP is the Federal Business Opportunities (FedBizOpps) web site at www.fbo.gov; contractors may download the solicitation (including any drawings) and any amendments from the site on or after the issue date. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFP and any amendments. All contractors are required to be registered in the System for Award Management (SAM) before award as required by FAR 4.1102. Also, firms who receive a federal contract in excess of $25,000.00 are required by legislation to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets-100.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18R0017/listing.html)
- Place of Performance
- Address: U.S. Army Reserve facilities throughout the states of Pennsylvania, West Virginia, Virginia, Maryland, Delaware, New Jersey, New York, Vermont, Massachusetts, Rhode Island, Maine, Connecticut and New Hampshire., United States
- Record
- SN04791545-W 20180119/180117231024-ede53306e3e05688e2673f16dc4e817c (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 |