Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2014 FBO #4528
SOLICITATION NOTICE

J -- 81st Regional Support Command Municipal Services, Florida - PERFORMANCE SITES LISTING (FOR PRE-SOLICITATION)

Notice Date
4/16/2014
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-14-R-0019
 
Point of Contact
Joshua D. Mueller, Phone: 8433298071, Henry Wigfall, Phone: 843-329-8088
 
E-Mail Address
joshua.d.mueller@usace.army.mil, henry.wigfall@usace.army.mil
(joshua.d.mueller@usace.army.mil, henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a list of performance sites that will be included in the formal RFP. For planning purposes. All these sites will be made available for visiting by prospective Offerors. A site visit schedule will be announced no later than with the formal RFP. PURPOSE OF THIS ANNOUNCEMENT: This announcement constitutes a pre-solicitation announcement of a proposed contract action pursuant to FAR 5.204. This is not a solicitation. No response is requested at this time. A formal solicitation will follow this announcement with full details, including a response deadline, the complete Price Proposal Schedule, the Performance Work Statement, Instructions to Offerors, and the Evaluation Factors/Basis for Award. The formal solicitation is expected to occur on or around 15 days after the posting of this pre-solicitation notice. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. PLANNED SOLICITATION: The US Army Corps of Engineers, Charleston District intends to issue a Request for Proposals (RFP). Proposals will be due no less than 30 days from the solicitation date. The solicitation and any subsequent amendments will be posted to FedBizOpps (FBO) at www.fbo.gov. The solicitation documents will only be made available in electronic format, downloadable from FBO. No CD- ROMs or hardcopy documents will be distributed. Interested parties must be registered in FedBizOpps and the System for Award Management (SAM) at www.sam.gov in order to view or download the solicitation documents. It is the responsibility of the interested parties to appropriately register SAM & FBO and to monitor for notices, amendments, etc. Prospective Offerors are advised, to be eligible for award of the contract resulting from this solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representation & certifications. TOTAL SMALL BUSINESS SET-ASIDE: This acquisition will be a 100% Total Small Business Set Aside pursuant to FAR 6.203 & FAR 19.502-2. The NAICS Code selected for this acquisition is 561210, which has a size standard of $35.5 million average annual revenue. PLANNED CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract. The intent is to award one contract as a result of this solicitation. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each. The anticipated magnitude of the resulting contract is between $5,000,000 and $10,000,000. The contract value will be a "not to exceed amount (NTE)". INFORMATION ABOUT THE SERVICES TO BE PROCURED: The intent of this solicitation is to acquire Base Operation Support (BOS) services for the installation sites listed below. The particular types of services planned to be included in the Performance Work Statement (PWS) are: janitorial, pest control, refuse collection, grounds maintenance, street sweeping, and snow removal. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary. Full details will be provided in the PWS, which will be posted with the formal RFP. The places of performance will be at following the installation sites. PLACES OF PERFORMANCE / LIST OF SITES: A tentative list of sites (MS Excel Spreadsheet) is attached for planning purposes. INFORMATION ABOUT THE SITE VISITS: The initial site visit will be for this solicitation and three others (also for Municipal and Facilities Investment services for the 81st RSC, see separate FBO announcements). The initial site visit will tour only one location, but is expected to be indicative of the types of services required at all other locations. The other sites throughout the region that will fall under the contract resulting from this solicitation will be made available for Offerors on the days that follow the initial site visit. Prospective offerors are expected to attend AT LEAST the initial site and strongly encouraged to visit all the other locations pursuant to FAR 52.237.1--this will allow them the best opportunity to fully understand the scope of this project and anticipate the related costs in order to provide the best possible value to the Government. An initial site visit is planned with the following details. INFORMATION ABOUT THE PLANNED INITIAL SITE VISIT: Date/Time: TBD Location: TBD On-site Point of Contact: TBD FULL SITE VISIT SCHEDULE: A full schedule of site visit dates/locations will be provided no later than with the formal RFP. All site visits for additional locations shall be scheduled between the open hours that will be shown on the site visit schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2d794ff968d73724680b438d3c925173)
 
Place of Performance
Address: Various locations, Florida, United States
 
Record
SN03340924-W 20140418/140416235727-2d794ff968d73724680b438d3c925173 (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.