Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2008 FBO #2370
SOLICITATION NOTICE

R -- Sources Sought Announcement for in house support general maintenance services, Directorate of Logistics Management, United States Army Engineering and Support Center, Huntsville

Notice Date
5/21/2008
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R-DOLM
 
Response Due
6/21/2008
 
Point of Contact
chaquandra, 256-895-1897
 
Small Business Set-Aside
Total Small Business
 
Description
Sources Sought Announcement SOL: W912DY-O8-R-DOLM POC Contract Specialist Chaquandra Wilson (256) 895-1897 Contracting Officer Sharon Butler (256) 895-1440 1. This is a sources sought synopsis to gain knowledge of potential qualified sources and to determine if they can are capable of effectively performing the services required under the anticipated single award solicitation. 2. The U.S. Army Engineering and Support Center, Huntsville, Alabama is seeking sources for a potential contract to provide in house support general maintenance services for the Directorate of Logistics Management. The place of performance will be the U.S. Army Engineering and Support Center, Huntsville, 4820 University Square, Huntsville, Alabama. These duties do not include the overall building maintenance provided by the lessor through the General Services Administration. The contractor will be required to work approximately 37.5 hours a week (Mon-Fri 07:30-15:30, with.5 hour for lunch). If deemed necessary by the Logistics Director, overtime may be used if justified and approved in advance, but only if the contractor can show the workload could not be performed in the normal contract time allotted. 3.The required logistics support services include, but are not limited to, activities such as the following: a.Daily repairs as necessary to system furniture, and other furniture, fixtures, and furnishings within the building. b.Replacement of broken parts and preparation of in house orders for requested system furniture, and other furniture, fixtures, and furnishings within the building. c.Design of office layouts for systems furniture and install systems furniture to meet special requirements of building occupants. d.Processing of in house requested work orders through an automated work order system provided by the government. Work will be prioritized and approved by the government representative prior to work beginning. e. Maintaining an automated database system of all excess systems furniture parts in the warehouse and store, organize and account for these items as well as warranty information for all USACE owned furniture and equipment. f.Performing miscellaneous tasks, including but not limited to those such as hanging mirrors, wall plaques, banners, marker boards, tack boards, signs and setting up and decorating the USACE Christmas tree. 4. The most applicable North American Industrial Classification System Code (NAICS) is 561210, Facilities Support Services 5. It is anticipated that a one year base period with four one-year option periods will be awarded to qualified contractors. The contractor will be required to provide all applicable Federal/State/City licenses required to accomplish the work. During the contract period of performance, the contractor will be required to maintain all insurance required by Federal and Alabama State Workers Compensation and Occupational health and Safety Statutes, as well as bodily injury liability insurance coverage underwritten on the comprehensive form of policy of at least $1,000,000.00 per occurrence and $100,000.00 property damage liability insurance. The company managing the contract must be located within a 50 mile radius of 4820 University Square, Huntsville, Alabama in order to provide on site over-sight of the work being done. 6. Responses to this notice should include: (a) Company (or individual) name and address; (b) Point of contact name, phone number and email address; (c) Size of business pursuant to NAICS Code 561210, (small, small disadvantaged, HUBZone, woman owned or operated, service disabled or veteran owned, 8(a) firm). (d) Describe your experience in the following areas: i.Performing and/or managing maintenance related tasks contained in paragraph 3 above at office/company facilities. ii.Knowledge of Knoll office furniture and experience in assembling, disassembling, and configuring Knoll office furniture and related components. 7. Please submit one electronic or 1 hard copy of your qualification statement, limiting your response to 10 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent). Do not include or attach brochures in addition to your response. An electronic copy of the capabilities statement shall be emailed to Chaquandra.k.wilson@usace.army.mil no later than 30 days from the issuance date of this sources sought announcement. 8. USACE in determining available sources only. Your response to this sources sought synopsis is not a request to be considered for a contract award or receive a copy of the solicitation. When the solicitation is available, the solicitation announcement will be published in the FedBizOpps. Responses to this sources sought announcement are not adequate responses to a future solicitation announcement. All interested parties must respond to that solicitation announcement separately from the response to this announcement. This is not a request for proposal and does not obligate the government to award any contract. This notice is for information and planning purposes only, does not constitute a solicitation and shall not be construed as a commitment by the Government. The previous contract award was valued at $38,000 to $40,000 per year; however, there is no guarantee that this follow-on contract will be for a comparable amount. Please note that this office reserves the right to determine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability statements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3ec84fb9bc4adf5d5e238b5a1bdb2c84&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN01578474-W 20080523/080521220938-3ec84fb9bc4adf5d5e238b5a1bdb2c84 (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.