SOURCES SOUGHT
S -- Facilities Maintenance and Groundkeeping at USCG Base New Orleans
- Notice Date
- 1/5/2024 11:43:23 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- DOL-9 NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08424DOL930000rev01
- Response Due
- 1/12/2024 11:00:00 AM
- Archive Date
- 01/27/2024
- Point of Contact
- Angela M Barker, Phone: 206-836-2921, Jing Liu, Phone: 5104373760
- E-Mail Address
-
angela.m.barker@uscg.mil, jing.liu@uscg.mil
(angela.m.barker@uscg.mil, jing.liu@uscg.mil)
- Description
- This is a Sources Sought Notice. This is not a request for proposal. This Sources Sought Notice replaces Sources Sought Notice numbered 70Z08424DOL930000 published on October 5, 2023.� The USCG Operational Logistics Command (LOGCOM), Commercial Support Services Branch (LOG-93) has a requirement for Facilities Maintenance and Groundskeeping Services at Base New Orleans, New Orleans, Louisiana. �The contract will consist of a base year with four options years, if exercised by the government, with an anticipated start date of April 2024.�The North American Industrial Classification Code (NAICS) is 561210 � Facilities Support Services applies with a size standard of $47 Million. We are seeking vendors who are capable of and have the experience in providing both types of services: grounds and facilities support services. This notice is issued to identify sources capable of providing all personnel, equipment, tools, materials, labor, licenses, transportation and other items and services necessary to provide facilities maintenance and groundskeeping services as defined in the upcoming Performance Work Statement (PWS).� The Contractor and subcontractors shall be licensed or certified personnel in accordance with the State of Louisiana.� Maintenance shall be required on a weekly, monthly, bi-annual and annual basis.� All consumables and tools for preventative shall be supplied by the contractor. Replacement parts shall meet or exceed all manufacturer�s recommendations. The Contractor shall be responsible for the management of the total facilities identified in the upcoming PWS.� The services to be performed will rely heavily on knowledgeable, experienced, individuals capable of servicing the facilities in an orderly, clean, and environmentally healthy manner. Sampling of work to be performed: The facility resides on approximately 26 acres of property and comprises four buildings (Administration, Industrial Production Facility, Mardi Gras float storage building, and Fire pump house), waterfront pier space, three pavilions, a walking path, buoy storage yard, recreation volleyball court. There are three USCG tenant commands located on the property, Base New Orleans, Industrial Production Facility (IPF), and Aids to Navigation Team (ANT) New Orleans. The Base operates year-round. Facilities Support/Groundskeeping services shall include but are not limited to: grass cutting/mowing, edging, weed control, pruning of trees and shrubs, tree removal, mulching, flower bed planting and debris clearing. Grass cutting/mowing will be cut and maintained at 4 inches.� Facilities Maintenance Services shall include but are not limited to: roofing, HVAC, fire extinguishers, fire alarms, electrical and plumbing. Preventative Maintenance of facilities and equipment shall be completed either on a monthly, quarterly, semi-annual or annual basis following Coast Guard maintenance guidance and requirement. This notice is to assist the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information to this sources sought. All interested parties must respond to any subsequent solicitation notice published on the Federal Business Opportunities website, www.SAM.GOV. Competition and set-aside decisions may be based on the results of this market research. Companies wishing to be considered for this project should send a capability statement to angela.m.barker@uscg.mil.� Please provide the following information to support your company�s ability to perform this work: A capability statement that explains what type of work your company has experience performing.� Please provide information on whether your company can fill all of the requirements described above or if only interested in a portion of it.� If only interested in a portion, please be specific on what services identified above are applicable. Also, please be sure to list your business size status, for example whether your company is a small business, 8(a), HUBZONE, women owned, small disadvantaged business, veteran owned, large business, etc. � � � �2. Past performance in this area including: Contract Number, type of contract Length of contract Customer: (Agency or business), Contact information including name, address, telephone no., email address. Description of work Contract Dollar Value Date of Award and Completion (including extensions) Type and Extent of Subcontracting Quality of Performance, Contract Schedule, and Customer Relations Problems encountered and corrective action taken Telephone responses will NOT be accepted. Responses are requested no later than 11:00 am Pacific Standard Time, Friday, 12 January 2024. Thank you for your time and interest with this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/62f6fdfcc1fb4d87b583573c3cd364a5/view)
- Place of Performance
- Address: New Orleans, LA 70129, USA
- Zip Code: 70129
- Country: USA
- Zip Code: 70129
- Record
- SN06928714-F 20240107/240105230047 (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 |