SOURCES SOUGHT
M -- Operation and Maintenance of Government-Owned Facilities and Equipment, West Point Lake Project, Georgia and Alabama
- Notice Date
- 9/1/2020 6:25:07 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127820L0026
- Response Due
- 9/16/2020 12:00:00 PM
- Archive Date
- 10/01/2020
- Point of Contact
- Kevin H. Williams, Phone: 2516943868, Sonya D. Rodgers, Phone: 2514415406, Fax: 2516905765
- E-Mail Address
-
kevin.h.williams@usace.army.mil, sonya.d.rodgers@usace.army.mil
(kevin.h.williams@usace.army.mil, sonya.d.rodgers@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Firm-Fixed-Price Contract with Cost Plus Fixed-Fee (CPFF) Line Items to provide maintenance, repair, and operation of facilities, vehicles, and equipment at the West Point Project Facilities by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts.� The place of performance is the West Point Project Management Office, 500 Resource Management Drive, West Point Georgia 31833. The anticipated period of performance is 27 October 2021, with four additional one-year option periods. The Statement of Work includes the following: Provide services for Maintenance, Repair, Minor Construction, and Operation of the West Point Project, located in west central Georgia and in east central Alabama. The purpose of the O&M service contract is to provide for the maintenance, repair, and operation of facilities, vehicles, and equipment for West Point Project by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts. Work performed will be subject to Service Contract and Davis Bacon Acts. The West Point Project currently offers four Class A Campgrounds, one Visitor Center and twenty-one Day Use Areas providing for boating, fishing, picnicking, swimming and other recreation activities. There are also managed hunting areas located on project lands. The project contains a power plant with two generating units and an earthen/concrete dam.� The contract scope of work will include, but is not limited to, some or all of the following types of work: maintenance and repair of buildings, offices, maintenance facilities, operation areas, roads, vehicles, floating plant, bathhouses, washhouses, toilets, gatehouses, security and other fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, water and electrical systems, telephone lines, picnic sites, campsites, and other related facilities. Work required to perform this type maintenance includes carpentry, masonry, electrical, electronics, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, mowing, and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier gates, signs, bumper blocks, landscaped areas, beaches, navigation or swimming buoys, paved roads, parking lots, trails, navigation aids, courtesy docks, and boundary lines. Services to be performed include general maintenance, cleaning, custodial service, garbage removal, grass mowing, clearing, debris removal, operation of visitor centers, repair to riprap slopes, repair to earthen slopes, excavation, wildlife management food plots and storage and disposal of hazardous and/or toxic materials. The project is used for recreation, hydroelectric power, fish and wildlife development, flood risk management, as well as downstream navigation and water quality. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor�s responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract.� Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 561210, the small business standard for which is a concern, including its affiliates whose average annual gross revenues does not exceed $38.5M for the past three years. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions.� RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor�s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service-Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. 3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies. 4. Documentation should be submitted with the following considerations: a. Describe your capability and experience to provide services for maintenance, repair, minor construction, and operation of a large multipurpose navigation project that includes locks, dams, levees, riprap/concrete structures, flow structures, buildings, offices, maintenance facilities, operation areas, project roads, vehicles, floating plant, boathouses, bathhouses, washhouses, toilets, gatehouses, security and other fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, water and electrical systems, telephone lines, picnic sites, campsites, and other related facilities. Work required to perform this type maintenance includes carpentry, masonry, electrical, electronics, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, welding and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier gates, signs, bumper blocks, landscaped areas, beaches, navigation or swimming buoys, paved roads, parking lots, trails, navigation aids, courtesy docks, and boundary lines. Services to be performed include general maintenance, cleaning, custodial service, garbage removal, grass mowing, saddle dike and overlook clearing, debris removal, operation of the project visitor centers, repair to riprap slopes, repair to earthen slopes, excavation, wildlife management food plots and storage and disposal of hazardous and/or toxic materials. The project is used for navigation, recreation, and wildlife management. For planning purposes, the above requirements will be addressed in the following Technical Provisions (TPs):� FIXED PRICE: TP � 1 General Management, TP � 2 Cleaning, Custodial Services, and Refuse Removal, TP � 3 Grass Mowing, Trimming, and Weeding. COST PLUS:� TP � 4 Operation and Maintenance of Visitor Center, TP � 5 Boundary Line Clearing and Maintenance, TP � 6 Maintenance of Buildings, Structures, Facilities, Mechanical, Plumbing, and Electrical Systems, TP � 7 Maintenance of Guardrails, Gates, Signs, Barricades, Bumper Blocks, Posts, Fencing, Fire Extinguishers, and Traffic Counters, TP � 8 Rip Rap, Beach Maintenance, Swim Buoy Installation, Repair, and Removal, TP � 9 Natural Resource Management, Invasive Species Control, and Grounds Maintenance, TP � 10 Maintenance and Repair of Paved and Unpaved Roads, Parking Areas, Launching Ramps, Road Shoulders, Drainage Structures, and Pullouts, TP � 11 Maintenance of Government Vehicles, Equipment, and Attachments, TP � 12 Labor and Equipment Rental Support for Powerhouse, TP � 13 Hazardous Waste Operations and Emergency Response (HAZWOPER), TP � 14 Aids to Navigation, Floating Debris Removal, and Courtesy Dock Maintenance, TP � 15 Recreation Facility Repairs, TP � 16 Timber Stand Improvement, TP � 17� Non-Household Refuse Removal, Dumpsters, and Unscheduled Cleaning Services, TP � 18 Dead / Hazardous Tree and Limb Removal. b. Describe your capability and experience in the performance of similar service contracts in the last 5 years for operation and maintenance of large multipurpose lake projects with similar size and scope to the West Point Project. � c. Describe your capability and experience to perform firm-fixed price and cost plus contract services for operation and maintenance type services. Additionally, describe your capability and experience to perform contract services utilizing two or more contract formats (firm-fixed price, cost plus, etc.).� d. Describe your capability and experience to provide contract services that successfully demonstrate contractor�s timeliness/effectiveness of contract problem resolution without extensive customer guidance. e. Describe your capability and experience to provide effective on-site management, including management of subcontractors, suppliers, materials, and labor force. Also, describe your capability and experience to hire, apply, and retain a qualified workforce for this effort. f. Describe your capability and experience to provide adequate Defense Contract Audit Agency (DCAA) approved accounting system for management and tracking of costs for multiple technical provisions and business lines. g. Describe your capability and experience to timely and accurately submit monthly invoices with appropriate supporting documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns). h. Describe your capability and experience to simultaneously manage multiple projects and disciplines. i. Describe your capability and experience to incorporate and manage changes of requirements and/or priorities within scope of contract including planning, execution and response to customer changes.� � j. Describe your capability and experience to successfully respond to emergency and/or surge situations (including notifying Contracting Officer Representative or Contracting Officer in a timely manner regarding urgent contractual issues).� k. Describe your capability and experience to execute a successful quality control program. l. Describe your capability and experience to execute a successful safety program to include ability to maintain an environment of safety, adhere to its approved safety plan, and respond and correct safety issues. m. Provide information regarding Cost Type Contracts you have performed to include the contract number, dates, amount, location, final rating, and point of contact name and telephone number for verification. The above requested information shall not exceed a total of fifteen (15) pages on 8.5"" x 11"" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around.� Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 16 September 2020, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Mr. Kevin Williams, Contract Specialist, at kevin.h.williams@usace.army.mil. In the subject line of your email state: Response to West Point O&M. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4402000cab484a238b967b30e080ef8f/view)
- Place of Performance
- Address: West Point, GA 31833, USA
- Zip Code: 31833
- Country: USA
- Zip Code: 31833
- Record
- SN05782843-F 20200903/200901230145 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |