Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2009 FBO #2874
SOLICITATION NOTICE

M -- Operation and Maintenance services at the John H Kerr Lake Project in Boydton, Virginia.

Notice Date
10/5/2009
 
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, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0063
 
Archive Date
11/19/2009
 
Point of Contact
John Mayo, Phone: 9102514884, Candy Rudner, Phone: 9102514436
 
E-Mail Address
John.P.Mayo@USACE.army.mil, Candy.S.Rudner@USACE.Army.Mil
(John.P.Mayo@USACE.army.mil, Candy.S.Rudner@USACE.Army.Mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Army Corp of Engineers Wilmington Office of the Savannah Regional Contracting Center intends to issue a request for proposal (RFP) for Operation and Maintenance services at the John H Kerr Lake Project in Boydton, Virginia. The John H Kerr Project is located on the Roanoke River and runs 39 miles upstream from the dam site at Buggs Island. The Project consist of 48,900 surface acres of water and approximately 50,000 acres of adjoining land located within Mecklenburg, Halifax, and Charlotte Counties in Virginia and Vance, Granville, and Warren Counties in North Carolina. The Project is approximately 93 miles south of Richmond, VA and 70 miles north of Raleigh, NC. The Contractor will be responsible for and will provide all planning, programming, administration, management, supervision, maintenance of accurate and complete records and files, quality control inspection, personnel, materials, supplies, parts, tools, equipment and vehicles, except as otherwise provided, necessary to operate and maintain Government owned facilities and equipment for the John H Kerr Lake Project. The RFP will be issued on or about 5 November 2009. The anticipated pre-proposal conference/site visit will be on or about 17 November 2009. The solicitation is 100% set aside for 8(a) Small Businesses. The North American Industry Classification System Code (NAICS) is 561210 with a small business size standard of $32,500,000. It is the Government's intent to award a Cost-Plus Award Fee contract for a base period of one year with four one year options. There is no guarantee that options on the follow-on years will be exercised. Any award to be made from the upcoming solicitation will be based on the best overall (i.e. best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the three (3) evaluation factors: Technical, Past Performance, and Cost. Technical is more important than Past Performance. The Technical factor is comprised of two (2) sub-factors: Soundness of Approach and Management. Soundness of Approach is more important than Management. Technical and Past Performance, when combined, are significantly more important than Cost. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR). Offerors must also register on the ORCA website for online representations and certifications. The offer due date will be stated in the solicitation. The entire solicitation will be made available only on the Federal Business Opportunities website at http://www.fedbizops.gov. Paper copies will not be available. No telephone, faxed or mailed requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firm's physical address, telephone number, a valid fax number and a point of contact. All notifications of changes to this solicitation shall be made through the Internet. Therefore, offerors who have registered are required to review the Internet daily for any posted changes to the solicitation. Questions regarding this acquisition should be addressed to John.P.Mayo@USACE.Army.Mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-R-0063/listing.html)
 
Place of Performance
Address: John H Kerr Project, 1930 Mays Chapel Road, Boydton, Virginia, 23917, United States
Zip Code: 23917
 
Record
SN01980428-W 20091007/091006001037-f31d329aecffe6f9768a265f6f036ab8 (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.