Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2023 SAM #7995
SOURCES SOUGHT

R -- DoDEA Facilities Assessment Management for USACE, Norfolk District

Notice Date
10/16/2023 10:40:47 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123624S4002
 
Response Due
10/30/2023 2:00:00 PM
 
Archive Date
11/14/2023
 
Point of Contact
Susan Ellis, Phone: (757) 201-7366, Katya Oxley, Phone: 7572017026
 
E-Mail Address
susan.k.ellis@usace.army.mil, ekaterina.oxley@usace.army.mil
(susan.k.ellis@usace.army.mil, ekaterina.oxley@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE #W9123624S4002 for planned contract DoDEA Facilities Assessment Management for USACE, Norfolk District THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. There is no solicitation, specifications, and/or drawings available at this time. The purpose of this Sources Sought Notice is to identify business concerns with sufficient similar experience that are capable and interested in performing the work described herein. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The Government intends to use responses to this Sources Sought to make appropriate acquisition decisions for the project. NO AWARD will be made from this Sources Sought notice. The U.S. Army Corp of Engineers (USACE) Norfolk District is anticipating a future procurement for a firm fixed price Indefinite-Delivery, Indefinite Quantity (IDIQ) services contract for the Department of Defense Education Activity (DoDEA) Facility Asset Management Program at various locations worldwide. The current contract is set aside within the SBA 8(a) Program. In accordance with FAR 19.815(a), the Government is conducting market research to determine 1) whether capable and qualified 8(a) firms are interested in this potential contract; 2) whether there are other small business firms who are capable and interested in performing this requirement if the agency makes a determination to increase the pool of interested and capable contractors. Description of Work: The USACE Norfolk District is seeking 8(a) firms and other eligible small business firms capable of conducting statutorily required Asbestos Hazard Emergency Response Act (AHERA) inspections on DoDEA facilities, Facility Condition Assessments (FCA), updates to Facility Utilization Survey (FUS) drawings and databases; updates, development of Real Property Inventory (RPI) reports, development of Key Performance Indicators (KPI), development of Project Planning and Authorization Portal, integration of CMMS data with BUILDER, �reconciliation of data, technical support and database management, and additional data collection and management.��� These inspections and assessments are conducted across DoDEA�s three regions (Europe, Pacific, Americas) on more than 240 schools and support facilities, totaling more than 19 million gross square feet, across 14 countries and territories.�� In addition to conducting surveys, assessments, data collection and reporting, the Contractor shall utilize the BUILDER database and populate it with the data collected under this contract.� BUILDER is used to assist DoDEA in managing, planning, documenting, tracking, and reporting data and findings from the assessment and surveys.� The Contractor shall provide all necessary technical support for BUILDER and related tools in order to support DoDEA�s data collection and analysis, planning and reporting requirements.�� The inspections and assessments rotate annually across DoDEA�s three regions.� However, the ancillary support services including data management, reporting, and other technical support services concerns DoDEA�s entire portfolio of facilities.�The Government will issue an initial contract for these ancillary support services and assessment of DoDEA-Americas facilities where the Contractor would assess and report on these facilities over the course of a year.� Upon substantial completion of this first task order, another task order would be issued to continue support services and assess DoDEA-Pacific facilities, also spanning approximately one year.� Upon substantial completion of this effort, another task order would be issued to continue support services and assess DoDEA-Europe facilities spanning approximately one year, and so on. Development of Key Performance Indicators (KPI), development of Project Planning and Authorization Portal and integration of CMMS data with BUILDER tasks will most likely be issued under separate Task Orders. In addition, the Government may issue concurrent smaller task orders for additional support services such as abatement oversight, additional technical support, etc.� These additional requirements could vary from $100K to $1.0M.� However, the total annual concurrent level of effort shall not exceed $7.0M.��� Solicitation Time: Anticipated solicitation issuance timeframe is on or about December 2023, and the estimated proposal due date timeframe is on or about February 2024. The contract will consist of one base year and four (4) option years. A pre-solicitation notice will be posted on the System for Award Management website (SAM.gov). All interested firms shall be registered in SAM.gov in order to submit a proposal in response to the solicitation. Additional Requirements: The contract is estimated at $35.0M. NAICS 541990-Other Professional Services applies with a small business size standard of $19.5M. The contract will be solicited using FAR Part 15.101-1 Best Value Continuum, Tradeoff process. The Government is not obligated to and will not pay for any information received from potential sources as a result of this market research. Interested capable, qualified, and responsive 8(a) and other small business Prime Contractors are encouraged to reply to this Sources Sought announcement. �The Government will determine whether an 8(a) set aside is still feasible or whether another type of set-aside acquisition plan in lieu of full and open competition is in the Government�s best interest. General Information Requested Please provide the following information: Company name, address, phone number, and point of contact. Indicate business size in relation to the NAICS code 541990. Provide your company's Cage code and Unique Entity Identification (UEI) number to verify your business status as a qualified Small Business (SB), Service-Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Provide a narrative describing primary business lines and the geographic regions your company serves. �Narratives shall be no longer than five (5) single sided pages demonstrating experience in a similar type of work as described above, at similar contract values, and in a similar location. Does your company, through in-house resources or subcontracting support, have the technical capability and capacity to provide services in the Description of Work for various locations worldwide. Please indicate what services you are capable to perform in house and what services you envision the need to subcontract. Please note the contract will include requirements for self-performance in accordance with FAR 52.219-14 Limitations on Subcontracting. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.SAM.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The capability statement must be submitted not later than 30 October 2023 by 5:00 PM EDT. The Point of Contact for this requirement is Susan Ellis, email: Susan.K.Ellis@usace.army.mil and cc�d Ekaterina.Oxley@usace.army.mil TELEPHONE INQUIRES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2536d1d5d46540b59d5dc70db3dbe980/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06860653-F 20231018/231016230050 (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.