Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2018 FBO #6174
SOURCES SOUGHT

S -- 81st RD Facility Investment Services, Region H

Notice Date
10/17/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-19-R-1000
 
Archive Date
7/1/2019
 
Point of Contact
Ashley Chester, Phone: 8433298021, David W. Decker, Phone: 8433298016
 
E-Mail Address
ashley.e.chester@usace.army.mil, david.w.decker@usace.army.mil
(ashley.e.chester@usace.army.mil, david.w.decker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this synopsis. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation as a result of this market research, they each will be assigned a Procurement Identification Number such as W912HP19R1000. The U.S. Army Corps of Engineers (USACE), South Atlantic Division, Charleston District intends to issue a future solicitation for Facilities Maintenance Services at the 81st Readiness Division, Region H to support various locations throughout Kentucky and Tennessee. The 81st facilities being supported under the proposed contract are: • KY003 NELSON COUNTY MEMORIAL USARC--609 LORETTO ROAD--BARDSTOWN, KY 40004-2242 • KY028 BROOKS-LAWLER USARC/AMSA #71--75 CARMEL MANOR DR--FORT THOMAS, KY 41075-2304 • KY041 DAVID BARROW USARC/AMSA #164--1051 RUSSELL CAVE PIKE--LEXINGTON, KY 40505-3494 • KY043 LEXINGTON AFRC--151 OPPORTUNITY WAY--LEXINGTON, KY 40511-2622 • KY048 COL EARL E MAJOR USARC--2901 GAST BLVD--LOUISVILLE, KY 40205-3170 • KY094 AMSA #164--1051 RUSSELL CAVE PIKE--LEXINGTON, KY 40505-3494 • KY095 AMSA #71--75 CARMEL MANOR DRIVE--FORT THOMAS, KY 41075-2304 • TN004 GREENEVILLE USARC--701 E. BARTON RIDGE ROAD--GREENEVILLE, TN 37745-6236 • TN010 HEWGLEY USARC--1334 EAST WEISGARBER ROAD--KNOXVILLE, TN 37909-2610 • TN017 OAK RIDGE USARC--104 E. OAK RIDGE TURNPIKE--OAK RIDGE, TN 37830-7225 • TN112 AMSA #148 (G)--1334 EAST WEISGARBER ROAD--KNOXVILLE, TN 37909-2610 USACE, Charleston District is therefore conducting market research to determine the availability of qualified contractors to compete under potential solicitations resulting from this announcement. Responses to this synopsis will be used as a market research tool in order to determine how the upcoming solicitations will be advertised. SUMMARY OF REQUIREMENTS: USACE Charleston District intends to issue a solicitation for a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The intention of this solicitation is to obtain Facility Investment Services. The General intent of Facility Investment is: Sustainment, Restoration and Modernization (SRM) sub-functions. The SRM requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Army programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of sustainment. This can include but not limited to: (1) Service Calls, both emergency, and routine: various locations; (2) Preventive Maintenance (PM) for a wide variety of equipment and systems: various locations; (3) Inspection, Testing, and Certification for various types of equipment: various locations; (4) Other Recurring Services for the inspection and repair of equipment and systems: various locations; (5) Repair, restoration, and modernization requirements which are beyond the scope of service calls, as well as related tasks such as preparation for and restoration from accidents and natural disasters. Task orders issued under this contract may be performed at any facility within the footprint of Region H and is not only limited to the sites listed above. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide these services at locations within the geographical boundaries of Region H, to include Kentucky and Tennessee. It is anticipated the potential contract will be for a period of one (1) base year and four (4) option years, not to exceed five (5) years. The magnitude of services is estimated at between $5,000,000 and $10,000,000 over a five (5) year period. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 561210, Facilities Support Services. The Small Business Size Standard is $38.5 Million. Various other NAICS codes and size standards may apply, depending on specific task order projects that may be awarded under potential future contracts. This sources sought synopsis is open to both large and small businesses, and both business categories are encouraged to submit responses. Those small business firms responding should identify ALL categories pertaining to your business: Small Disadvantaged Business (SDB), certified 8(a), certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB). A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. Requirements for responses to this sources sought: 1. Your firm's intent to submit a proposal for this project when it is formally advertised. 2. Name of your firm, to include address, phone number, and point of contact. 3. CAGE Code, DUNS number; or a copy of current SAM record. 4. Size of firm, to include category of small business (if applicable). 5. Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, for which your firm was the prime contractor, including contract number, project location, description of work requirements, contact and phone number for each effort and other references. This SOC should be no more than five (5) pages in length and identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Interested business concerns are requested to provide the requested information above. Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 2:00 PM Eastern time Wednesday, 31 October 2018 to the attention of the Contract Specialist, Ashley Chester, at Ashley.e.chester@usace.army.mil and the Contracting Officer, David Decker at david.w.decker@usace.army.mil. If you have questions concerning this announcement, please contact Ashley Chester at 843-329-8021 or David Decker at 843-329-8016 or the email addresses cited herein. Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ddb9a5639d20611dfe4462d42313c49)
 
Place of Performance
Address: Various locations. See information in description above., United States
 
Record
SN05127113-W 20181019/181017230453-2ddb9a5639d20611dfe4462d42313c49 (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.