Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
MODIFICATION

Z -- Facilities Maintenance and Repair at Fort McCoy, Wisconsin

Notice Date
4/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-14-R-0031
 
Response Due
4/15/2014
 
Archive Date
6/3/2014
 
Point of Contact
Curtis Wilson, 256-895-2530
 
E-Mail Address
USACE HNC, Huntsville
(curtis.wilson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Facility Maintenance and Repair at Fort McCoy, Wisconsin This is a SOURCES SOUGHT announcement. The Government is seeking to identify qualified large and small business sources under 2013 North American Industry Classification System (NAICS) 561210 (Facility Support Services). The small business size standard is $35.5 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP), 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 a response to this notice. For market research purposes only, we invite responses from large and small businesses. 1. CONTRACT INFORMATION: The Huntsville Engineering and Support Center, U.S. Army Corps of Engineers (CEHNC) will select one firm for a single award for planning, programming, administration, management, and execution necessary to provide the services specified to perform Facility Maintenance and Repair for Fort McCoy, Wisconsin (WI). The contracts are anticipated to be awarded in fiscal year 2014 with a one-year base period and one-year option periods, for a total ordering period not to exceed two years. The contracts addressed by this notice will provide services only on Fort McCoy installation in Wisconsin. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government does not intend to rank submittals or provide any reply to interested firms. 2. PROJECT INFORMATION: The objective of this requirement is to provide maintenance and repair to enable facilities and components/equipment (to include new equipment) identified by service call or preventive maintenance schedule to function at complete and full capacity for intended use and meet the intended purpose of the service call or preventive maintenance work. The contractor shall operate IAW AR 420-1, Occupational Health and Safety Administration (OSHA) regulations and state and local building codes, be responsible for all materials purchased, inventoried and stored, and maintain safe and clean work areas at all times. The contractor shall work closely with other Directorate of Public Works (DPW)/non-DPW contractors, Government employees and Government agencies on and off post to accomplish the mission of the DPW and Installation as a whole. Provide accurate data, information, and reports to the Contracting Officer Representative (COR), Government employees and Government Agencies. The contractor shall receive all work from the DPW Work Reception Center (WRC). The contractor shall not accept work from other sources under this contract. Report any deficiencies requiring repair to the Government WRC at the time the deficiency is discovered. Service calls under this contract are intended to be performed in according with the Service Contract Act. The contractor's execution schedule for work may be influenced by command priorities, unforeseen work, weather conditions, material availability, and emergency response. Work will be required after normal duty hours and will require weekend coverage. Contractor is expected to provide an innovative approach to allow the maximum flexible work hours for any unscheduled Priority 1-Emergency Work repairs required. 3. SUBMISSION REQUIREMENTS: Interested firms should submit a document describing relevant demonstrated experience and qualifications via email Curtis.Wilson@usace.army.mil and no later than Thursday April 15, 2014 at 12:00 noon Central Time. The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 X 11 quote pages. The submission will address all questions in the Facilities Maintenance and Repair Questionnaire and your ability to perform the services stated in the Project Information section of this sources sought. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Curtis Wilson, Contract Specialist at Curtis.wilson@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. OFFEROR'S QUESTIONS AND COMMENTS All questions and/or comments concerning this Request for Information must be submitted via Inquiry in ProjNet at http://www.projnet.org/projnet no later than, 1700 Central Time, Thursday, 10-April-2014, in order to ensure adequate time is allotted to form an appropriate response and amend the RFI, if necessary. To submit and review bid inquiry items, your company will need to be a current registered user or self-register into the system. To self-register, go to the webpage, click BID tab, select Bidder Inquiry, select agency USACE, enter Key for this RFI listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Interested Vendors will receive an acknowledgement of their question via e-mail, followed by an answer to their question once it has been processed. The RFI is for Fort McCoy, Wisconsin The Bidder Inquiry Key is: 4ZCY39-6N5P3T Interested Vendors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Facilities Maintenance and Repair Questionnaire 1.Please provide the following: Offeror's name, address, point of contact, phone number, email address, tax ID number, business size, 8(a) status, HubZone status, and Service Disabled Veteran Owned (SDVO) status. 2.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), a joint venture, or a teaming arrangement? 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, as well as 8(a) Program regulations described in 13 CFR 124.513) 3.Explain your team's capability, both narrative and expressed in a maximum U.S. dollar figure, of performing multiple contracts simultaneously in various geographic locations. 4.How many installations or projects can your company provide support to simultaneously (provide the assumed size of projects for your estimate)? 5.List all the NAICS Codes that your firm is currently registered under in the SAM (System for Award Management) and recommend what NAICS code should be used for this acquisition. 6.Does your firm currently maintain personnel and/or facility security clearances? If so, what level is your firm's facility security clearance and what percentage of your firm's personnel maintain secret and top-secret security clearances. 7.Explain your team's capability and qualifications to perform Site Investigations (i.e. an inspection of an installation or facility to evaluate areas and to obtain specific information pertaining to a proposed maintenance/repair action) 8.Explain your team's capability and qualifications to develop Maintenance and Service Plans (i.e. documentation required for Huntsville Center (HNC) to monitor the Contractor's efforts with regard to scope, schedules, costs, codes, and standards in order to perform a maintenance/repair action to correct facilities maintenance and/or repair situation. May include detailed drawings, engineering calculations, criteria, manufacturers' data, comprehensive schedules, cost estimates, catalog cuts, etc.) 9.Explain your team's capability and qualifications in creating project schedules, safety plans, operational plans, management plans, and methods used to control costs. 10.Explain your team's capability and qualifications in providing and maintaining an effective quality control program and quality control plans. 11.Explain your team's capability and qualifications in managing maintenance and repair programs, to include personnel, and management of subcontractors in a cost effective, timely, and contract conforming manner.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-14-R-0031/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN03330568-W 20140406/140404234818-9980ed34d3e02226334b24f20b5221a8 (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.