Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2023 SAM #7726
SOURCES SOUGHT

M -- Allatoona O&M

Notice Date
1/20/2023 7:19:34 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
W9127823L0011
 
Response Due
2/10/2023 12:00:00 PM
 
Point of Contact
Anquonette Wilkins, Phone: 2514416531, JOHN VANDIVER, Phone: 2514415447
 
E-Mail Address
anquonette.t.wilkins@usace.army.mil, JOHN.C.VANDIVER@USACE.ARMY.MIL
(anquonette.t.wilkins@usace.army.mil, JOHN.C.VANDIVER@USACE.ARMY.MIL)
 
Description
This is a SOURCES SOUGHT SYNOPSIS and NOT a solicitation announcement. Sources Sought Number:� W9127823L0011 Classification: M1PA Operation of Recreation Facilities (Non-Building) NACIS: 561210 Facilities Support Services The purpose of this sources sought notice is to determine the availability of qualified small business contractors to perform Operation and Maintenance of Government-Owned Facilities and Equipment at Allatoona Lake, Cartersville, Georgia. Additionally, it looks 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 synopsis will be used by the government in making appropriate acquisition decisions.� Currently, the U.S. Army Corps of Engineers (USACE), Mobile District, anticipates a future 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 Allatoona Lake Project Facilities by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts.� The place of performance is Allatoona Lake Project Office, 1138 GA-20 Spur, Cartersville, Georgia 30121. The anticipated period of performance is 01 October 2023, with four additional one-year option periods. The Statement of Work will include the following: Furnish all planning, supervision, labor, equipment, material, supplies, replacement parts, and all things necessary for the Operation and Maintenance of Allatoona Lake Project located on the Etowah River in Northwest Georgia-, approximately 40 miles north of Atlanta, Georgia. The project is situated in Bartow, Cobb, and Cherokee Counties, Georgia. Allatoona Lake is approximately 12,000 surface acres with 270 miles of shoreline. The project operates 9 campgrounds, 11 day use parks, 12 developed public beaches, 12 boat ramps, Allatoona Power Plant, Dam, Spillway and the Allatoona Project Management Office with hundreds of facilities contained in those areas under its operation and maintenance responsibilities. The contract scope of work will include but is not limited to: maintenance and repair of project structures and buildings, offices, maintenance facilities, operation areas, project roads, vehicles, 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 of maintenance includes but is not limited to carpentry, masonry, electrical, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, resetting, 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, repair to riprap slopes, repair to earthen slopes, excavation, and storage and disposal of hazardous and/or toxic materials. 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 multipurpose project that includes dam, levees, dredged material disposal areas, riprap/concrete structures, buildings, offices, maintenance facilities, operation areas, riprap/concrete structures, buildings, offices, maintenance facilities, operation areas, project roads, vehicles, equipment, 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, security systems, picnic sites, campsites, and other related facilities. Work required to perform this type of 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, 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, repair to riprap slopes, repair to earthen slopes, excavation, and storage and disposal of hazardous and/or toxic materials. The project is used for navigation, recreation, and environmental stewardship. 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 Cleaning, Custodial Services, and Refuse Removal � POWERHOUSE, TP � 4 Maintenance of Grass and Landscaped Areas, TP � 5 Maintenance of Grass and Landscaped Areas � POWERHOUSE. COST PLUS: TP � 6 Reception and Dispatch Operations, TP � 7 Boundary Line Clearing and Maintenance, TP � 8 Maintenance and Repair of Project Facilities, TP � 9 Resource Support Infrastructure, TP � 10 Rip-Rap and Shoreline Repair, TP � 11 Natural Resource Management, Invasive Species Control, Grounds Maintenance, and Non-Routine Mowing, TP � 12 Maintenance of Government Vehicles, and Equipment, TP � 13 Labor and Equipment Rental Support for Powerhouse, TP � 14 Non-routine Refuse Removal, Dumpsters, and Non-routine Cleaning Services, and Portable Restrooms, TP � 15 Dead / Hazardous Tree and Limb Removal, TP � 16 Emergency Maintenance and Repair Services for Saddle Dikes, TP � 17 Hazardous Waste Operations and Emergency Response (HAZWOPER). 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 Allatoona Lake 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 10 February 2023, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Ms. Anquonette Wilkins, Contract Specialist, at anquonette.t.wilkins@usace.army.mil. In the subject line of your email state: Response to Allatoona Lake Project O&M. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored. Large Businesses need not respond. 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. It is the contractor�s responsibility to monitor the Government Point of Entry for the release of any solicitation. *** End of Sources Sought Notice ***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/164818aeb42f4d10be2524d74e5a4900/view)
 
Place of Performance
Address: 30121
Zip Code: 30121
 
Record
SN06569771-F 20230122/230120230107 (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 |
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.