MODIFICATION
M -- Request for Information/Sources Sought. Base Operations Support Services, Directorate of Public Works (DPW), Fort Rucker, Alabama.
- Notice Date
- 8/30/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0JCBDPW
- Response Due
- 9/10/2012
- Archive Date
- 11/9/2012
- Point of Contact
- justin.balster, 7578783166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(justin.balster@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This posting represents a sources sought announcement ONLY, and is not intended to procure any supplies or services. A solicitation is not available at this time, and any requests for solicitation will not receive a response. The Mission Installation Contracting Command, Fort Eustis is conducting market research to determine the availability of firms who can provide Public Works Base Operation Support for Fort Rucker, AL. It is the Government's intent to consider awarding all or part of this acquisition under the authority of the Small Business Program (See FAR Part 19). The Government will review the responses as a result of this notice in order to determine if the acquisition should be set-aside for further small business preference programs. Teaming arrangements are permitted and encouraged. The responding firm should indicate its ability to meet the limitations on subcontracting requirements for the particular program that the firms qualifies for -- FAR 52.219-14 (8a and small business set-asides), 52.219-3 (HUBZone), or 52.219-27 (Service Disabled Veteran Owned). A joint venture arrangement in accordance with the Code of Regulations (CFR) references listed below is permissible provided the arrangements are identified and company relationships are fully disclosed at the time of proposal submission and the joint venture is found to be in accordance with federal regulations. The rules governing the 8(a) joint ventures are at 13 CFR 124.513, HUBZone joint ventures are at 13 CFR 126.616, and Service Disabled Veteran Owned joint ventures are at 13 CFR 125.15(b). You may view the electronic version of the Code of Federal Regulations at http://ecfr.gpoaccess.gov) and the Federal Acquisition Regulations at https://farsite.hill.af.mil/. The services anticipated for this effort may include, but not be limited to the following functions: Building and Structure Maintenance Utility Systems and Propane Peaking Plant Operation and Maintenance HVAC Systems Operation and Maintenance Grounds Maintenance Surfaced Area Maintenance Pest Management Self-Help Services Directorate of Public Works (DPW) Supply Services Responses to this Sources Sought Notice shall be submitted as follows, anything not in compliance will not be reviewed. Acknowledgement of receipt will not be made. One Microsoft Word document shall be emailed to: justin.c.balster.civ@mail.mil. The word document shall not exceed 15 pages total, and not exceed 5MB in size. Responses are due no later than 10:00 AM EST, 10 September 2012. The Word document shall provide the responses to the six (6) questions below: 1. Vendors name, address, point of contact, phone number, email address, CAGE Code, business size, 8(a) status, HUBzone status, Service Disabled Veteran Owned (SDVO) status, if applicable. 2. Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or as a joint venture? If proposing as a joint venture, confirm if this will be an SBA 8(A), HUBzone, or SDVO joint venture. Identify, to the extent possible, your team members. If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements. 3. Provide the contract number(s), dollar value(s) and brief description of previous work (within the past 3 years) or work currently being performed, which specifically demonstrate the Contractor's ability to successfully satisfy this requirement. Vendors shall also provide point of contact information (name, telephone number, email address) where available for the efforts cited above. 4. If your company recommends a NAICS code other than 561210 for this requirement, please identify the code and include rationale for your recommendation. 5. Contract Type: The Government anticipates the award of a hybrid (Firm-Fixed Priced and Cost Reimbursable) Contract. 6. What risks (cost, schedule, performance/technical) are associated in the performance of this requirement? How would you organization minimize these risks? Please include your rationale. The Government does not intend to award a contract on the basis of this request for information/sources sought or to otherwise pay for the information solicited. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5ab0fab21bd51e51ee3ad7187bd531a9)
- Place of Performance
- Address: Fort Rucker, AL
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN02862981-W 20120901/120831001247-5ab0fab21bd51e51ee3ad7187bd531a9 (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 |