Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOURCES SOUGHT

M -- Base Operations and Maintenance Support at Fort Belvoir Virginia

Notice Date
4/27/2012
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
MICC - Fort Belvoir, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-12-R-0015
 
Response Due
5/4/2012
 
Archive Date
7/3/2012
 
Point of Contact
hshatto, 703-806-4464
 
E-Mail Address
MICC - Fort Belvoir
(harry.w.shatto.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT: BASE OPERATIONS and MAINTENANCE SUPPORT at FORT BELVOIR, VIRGINIA (RFP NO. W91QV1-12-R-0015) THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR IS IT THE INTENT OF THE MISSION CONTRACTING OFFICE (MCO), MISSION INSTALLATION CONTRACTING COMMAND (MICC), FORT BELVOIR, VIRGINIA TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION (RFI) OR OTHERWISE PAY FOR THE INFORMATION SOUGHT. 1.CONTRACT INFORMATION: MCO, Fort Belvoir, VA is seeking preliminary marketing information, from capable and reliable sources to gain knowledge of potential qualified business sources capable of performing Base Operations and Maintenance Support at Fort Belvoir, VA. The North American Industry Classification System (NAICS) classified for this effort is 561210. Facilities Support Services. The MCO, Fort Belvoir anticipates releasing a solicitation announcement, to be published in the Federal Business Opportunities (www.fbo.gov), on or about 29 May 2012. The solicitation will consist of a FIRM-FIXED-PRICE contract for a period of performance for one base year plus four (4) one year options. 2.PROJECT SCOPE: This requirement is for the re-compete of the Base Operations and Maintenance Support - Fort Belvoir, VA (Contract No. W91QV1-12-C-0007). This requirement will be for operations and maintenance services at Fort Belvoir, VA and other designated areas as specified in the Performance Work Statement (PWS). The contract is designed to provide the flexibility to respond to recurring requirements, new requirements, changing requirements, and requirements that are increased or diminished. This contract is designed to reflect the predictable nature of existing and scheduled services at existing facilities and buildings by employing fixed price contract line items. At the same time, the contract provides the flexibility to respond to unscheduled and non-recurring services by employing fixed -price line items. BROAD DESCRIPTION of WORK: The Contractor shall provide all resources and management necessary to perform services, materials, plant supervision, labor, and equipment to operate, maintain, repair, and construct real property facilities, including unaccompanied/troop personnel housing, but excluding military family housing, and provide related services as specified in the Performance Work Statement (PWS), at Fort Belvoir, VA. Typical services will include the following: Maintenance & Repair of Buildings and Structures; Dining Facility Appliances and Equipment; Electrical Systems; Heating Plants and Systems; Water Systems; Storm Drainage Systems; Air Conditioning and Refrigeration Plants and Systems; Grounds Maintenance; Road & Surfaced Area Maintenance; Unaccompanied Personnel Housing Operations and Maintenance; Fire Detection and Suppression; Environmental Services; and ability to provide Emergency Response Services as required. The Contractor shall also have responsibility to provide administrative services necessary to perform the work, to include, but not be limited to, the following: supply, quality control, job order shop operation, Contractor financial control, and maintenance of accurate and complete records, files, and libraries of documents to include Federal, State, and local laws, regulations, codes, technical manuals, and manufacturer's instructions/specifications. The Contractor shall provide related services such as formatting and inputting data into Government automated systems, and Government data base maintenance, preparing and providing required reports, compiling historical data, performing administrative activities and submitting necessary information as specified. SUBMISSION REQUIREMENTS: All interested firms shall fill out the attached Market Survey, along with a Capability Statement and email to charlesedward.j.hoddinott.civ@mail.mil or harry.w.shatto.civ@mail.mil. Submission of the Market Survey and the Capability Statement shall be received by 5:00 PM, Eastern Standard Time, 04 May 2012. The Capability Statement shall not exceed five (5) one-sided, 8-1/2 x 11 pages, single-spaced, 10-point font size minimum. Interested firms must provide the following information on their Capability Statement: (a) Staff experience, including their availability, experience, and training. (b) Current in-house capability and capacity to perform the work. (c) Prior completed projects of a similar nature. (d) Corporate experience and management capabilities. (e) Examples of prior completed Government contracts, references, and other related information. The information provided should provide concise details specific to the project scope described here-in. This RFI is for market research purposes only. This RFI does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of response to this notice. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. No hard-copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will be considered. Interested firm's shall address this requirement through this RFI in written format via email to charlesedward.j.hoddinott.civ@mail.mil and harry.w.shatto.civ@mail.mil. Phone calls and fax transmittals in response to this RFI will not be accepted. Personal visits for discussing this announcement will not be scheduled. 1.The Points of Contact are the following: C E John Hoddinott, Contract Specialist, MCO-MICC Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, VA 22060, charlesedward.j.hoddinott.civ@mail.mil Harry Shatto, Lead Contract Specialist, Garrison Headquarters-Fort Belvoir, 9820 Flagler Road Fort Belvoir, VA 22060, harry.w.shatto.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2f0ced2c003c89b28d9486dc41fe46e)
 
Place of Performance
Address: MICC - Fort Belvoir Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
 
Record
SN02733563-W 20120429/120427235627-e2f0ced2c003c89b28d9486dc41fe46e (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.