MODIFICATION
M -- Operation and Maintenance of the JBJWW Locks and Dams (Louisiana)
- Notice Date
- 7/29/2013
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-13-R-0010
- Response Due
- 8/9/2013
- Archive Date
- 9/27/2013
- Point of Contact
- Anitra Wilson, 601-631-5341
- E-Mail Address
-
USACE District, Vicksburg
(anitra.d.wilson@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification is to replace the draft scope of work in its entirety. No other changes are being made with this modification. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVALIABLE. The DRAFT Scope of Work is for information purposes only and is subject to change. The solicitation number for this announcement is W912EE-13-R-0010. The U.S. Army Corps of Engineers - Vicksburg District is soliciting Capability Statements from all qualified and interested HubZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, 8(a) Small Businesses, and Women Owned Small Businesses to participate in a solicitation to provide all technical expertise, planning, supervision, labor, equipment, transportation, procurement services, and other resources for the operation, maintenance, and repair of facilities, equipment, and Government-owned property at Lindy Claiborne Boggs Lock and Dam, John H. Overton Lock and Dam, Lock and Dam No. 3, Russell B. Long Lock and Dam, and Joe D. Waggonner, Jr., Lock and Dam on the J. Bennett Johnston Waterway (formerly called Red River Waterway). The NAICS Code for the proposed acquisition is 561210, Facilities Support Services, and the small business size standard is $35,500,000.00. Under FAR guidelines, the prime contractor must have the capability to perform at least 50% of the contract work with his-or-her own employees. The Government anticipates awarding a contract for one base year and four option years using a Best Value source selection process that will result in award of a firm-fixed price contract. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements, as indicated in this posting and the attached Scope of Work to submit a Capability Statement consisting of appropriate documentation, literature, brochures, and past performance information with references. Past performance documentation shall include contact names, as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of Small Business Size, i.e. SBA certification for 8(a) and/or HubZone status must also be included. The company's CAGE Code and DUNS number shall be included with the submission. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Scope of Work. Any brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Vicksburg District in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. After completing its analysis, the Government will determine whether to limit competition among HubZone, Service Disabled Veteran, or 8(a) firms or proceed with competition among all small business firms. Respondents will not be notified of the Sources Sought results. Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email will be accepted; however, facsimile submissions will not be accepted. Phone calls will NOT be accepted. Responses to this Sources Sought may be emailed to Anitra Wilson at Anitra.D.Wilson@usace.army.mil or U.S. Army Corps of Engineers, Vicksburg District Contracting Office, ATTN: Anitra Wilson, 4155 East Clay Street, Vicksburg, MS, 39183-3435. Responses must be received no later than 9 August 2013 by 12:00 hours (CST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-R-0010/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Record
- SN03129605-W 20130731/130729234159-6397eb129135207f24d21fff9b21ca5c (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 |