Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2008 FBO #2487
DOCUMENT

99 -- Mechanical Maintenance Services - DRAFT SOW for Sources Sought Mechanical Maintenance Services

Notice Date
9/15/2008
 
Notice Type
DRAFT SOW for Sources Sought Mechanical Maintenance Services
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
G5SIF09175005
 
Archive Date
9/19/2008
 
Point of Contact
constance v. house,, , Beverly J Williams,,
 
E-Mail Address
constance.house@dla.mil, Beverly.J.Williams@dla.mil
 
Small Business Set-Aside
N/A
 
Description
The Defense Logistics Agency/Defense Contracting Services Office seeks qualified small businesses that currently holds an active Facility Security Clearance which are capable of providing operation, maintenance, service, repair, and minor construction/alteration services for buildings and structures and related mechanical systems and equipment at the Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2462, located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060. In addition to the HQC, the ATM houses the Defense Threat Reduction Agency (DTRA), Building 2462A, an addition to the main HQC building, and a Child Development Center (CDC), Building 2468, located at 8715 Wills Road, located within the ATM fenceline. This contract covers all buildings and structures on the grounds of the ATM at the above location unless otherwise noted. The period of performance is a one (1) base year with four (4) sequential one (1) year options. The North American Industry Classification System (NAICS) Code for this requirement is 561210, Facilities Support Services, with a small business size standard of $32.5 Million. DLA/DCSO is planning to conduct a competitive acquisition using the procedures delineated in FAR Part 15. The period of performance for the requirement will be for a base year and four, one-year option period. Technical Requirements: The contractor must hold a current facility security clearance and have government related experience relative to the attached draft statement of work. In addition, the contractor personnel performing on the contract will be required to hold an active SECRET level security clearance. Since this sources sought synopsis is being used strictly to determine if sufficient small business capability exists to set this acquisition aside, large businesses should not reply. In order to be evaluated as capable for purpose of a set aside determination, a small business must have prior experience which is directly related to that provided within the Draft Statement of Work (SOW). See attached Statement of Work. Interested small business concerns are requested to submit (1) an expression of interest (EOI) and (2) a statement of capabilities (SOC), no later than 3 PM Eastern Time on September 18, 2008. The expression of interest shall state whether the concern is a Small Business, Small Disadvantaged Business, 8(a) Small Business, HUBZone Small Business, Woman-Owned Small Business, Veteran-owned Small Business or a Service-disabled Veteran-owned small business and shall not exceed two (2) pages. The SOC shall not exceed ten (10) pages and shall include a complete company mailing address, point of contact (name, telephone number, and e-mail address). The SOC shall also disclose any prime/sub. In addition, the SOC shall include the following information for prime/subcontractor arrangement all subcontractors shall be identified to include name, phone number and email address of each subcontractors point of contact, The SOC shall list the prime contract (and significant subcontractor) work performed by all teaming partners since January 2005 including (1) a brief description of experience with each of the functional areas including the magnitude, complexity and criticality of the work performed, (2) name and address of the contracting activity, (3) name and telephone number of the contracting officers technical representative and (4) prime contract number. Contractors must provide a narrative for each contract or subcontract addressing how its experience directly relates to the specific technical knowledge and capabilities requirements identified within the draft SOW. The SOC should include the current level of security clearance possessed by the firm. In addition to the above, provide a statement describing how your company might propose to perform the percentage of work specified in Federal Acquisition Regulation 52.219-14(b)(2) -- (At least 50 percent of the cost of the contract incurred for personnel shall be expended for employees of the concern). If two or more business concerns have formed a joint venture or teaming arrangement, identify the demonstrated capabilities of each business to perform the work described in the Technical Requirements section above and the roles and responsibilities of each business in the accomplishment of the requirements. Only electronic copies of the expression of interest and SOC sent to constance.house@dla.mil will be accepted. Any questions or comments regarding this announcement should be e-mailed to constance.house@dla.mil. Telephone responses and inquiries will not be accepted. This notice is not a request for proposals and in no way obligates the Government to award any contract. DLA/DCSO will not be responsible for any costs incurred by responding to this Notice. No solicitation exists at this time. Please be advised that all information submitted will be considered procurement sensitive. Information which the Contractor considers Bid and Proposal Information or Proprietary Information pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1 (3) & (4)]. All respondents are required to complete the Central Contractor Registration (CCR) proces s to be considered eligible for any potential Department of Defense contracts. CCR registration information can be obtained at http://www.ccr.gov. Responses to this notice must be provided no later than September 18, 2008 by 3:00 p.m. ET.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=81feac00f161762e626468718aa89722&tab=core&_cview=1)
 
Document(s)
DRAFT SOW for Sources Sought Mechanical Maintenance Services
 
File Name: DRAFT Statement of Work (SOW) for operations, maintenance, service, repair, and minor constructional/alteration services for buildings and structures and related mechanical systems and equipments at the Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2468, 8725 John J. Kingman Road, Fort Belvoir, VA 22060. (DRAFT SOW for Sources Sought- Market Research.pdf)
Link: https://www.fbo.gov//utils/view?id=6bf74060877644400e0ebd64d04f635a
Bytes: 206.98 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 8725 John J. Kingman Road, Suite 0126, Fort Belvoir, Virginia, 22060-6220, United States
Zip Code: 22060-6220
 
Record
SN01670710-W 20080917/080915221048-81feac00f161762e626468718aa89722 (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.