SOURCES SOUGHT
Z -- FACILITIES MAINTENANCE SERVICES FOR THE NATIONAL DEFENSE UNIVERSITY (NDU), FT. LESLIE J. MCNAIR, WASHINGTON DC
- Notice Date
- 11/4/2014
- Notice Type
- Sources Sought
- 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-15-R-XXXX
- Response Due
- 11/19/2014
- Archive Date
- 1/3/2015
- Point of Contact
- Timothy Griffin, 1-256-895-5524
- E-Mail Address
-
USACE HNC, Huntsville
(timothy.j.griffin@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The US Army Engineering and Support Center in Huntsville, Alabama (CEHNC) intends to solicit and issue a contract utilizing a base year and two (2) additional option years for specific facilities support services. This is a Sources Sought Technical Description to determine the availability and technical capability of 8(a) companies to provide the required services. ALL 8(a) COMPANIES WILL BE CONSIDERED. This Competitive 8(a) Set-Aside Sources Sought notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the US Army Engineering and Support Center in Huntsville, Alabama (CEHNC). The Government will not reimburse respondents for any costs incurred in preparation of response to this sources sought announcement. There will be only one (1) contract awarded under this anticipated solicitation. The work outlined in the draft Performance Work Statement (PWS) covers the services such as Facility Service Call Repairs, Operation and Maintenance Work, Repair and Maintenance Service Orders with a Not-to- Exceed, and Incidental Minor Repair. The governing NAICS code for this contract is 561210, Facilities Support Services with a small business size standard of $38.5 million. The contractor must also be competent in Incidental Repair and minor Construction work under NAICS 236220. The estimated total expenditure for this effort over three (3) years is $9,500,000, although the actual amounts may be considerably lower. This contract will be awarded as a firm fixed-price requirement. Again, only one contract award will be made under the anticipated solicitation. Contract award is anticipated in the March timeframe with a one (1) year base award and two (2) option years for a total of three (3) years possible. All performance must be in compliance with all Federal, State and local laws, ordinances, codes, and regulations. All responsible sources interested in this acquisition are encouraged to register with the federal business opportunities website as an interested vendor. You are also encouraged to register on the federal business opportunities website to receive notification with regard to any updates posted to the federal business opportunities website for this acquisition. Interested vendors who meet the capability requirements identified in this notice are requested to respond, in the form of a capability statement, to this sources sought notice. All such responses will be considered by the agency. Your responses shall address, as a minimum to the following: 1.What is the name of your firm? 2.What is your DUNS and CAGE code? 3.Based on your understanding of the Draft PWS, which NAICS do you recommend for this acquisition? 4.Would you be proposing on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a Contractor Teaming Arrangement (CTA)? For a CTA, identify to the extent possible, your team members. Identify the business size of your team members or CTA firms. For a teaming arrangement, explain how the team likely will be composed. See FAR subpart 9.6 for Government policy on teaming arrangements. 5.Provide locations and dates of your company experience providing general project support services, facility assessment services, planning services, project development services, site analysis services, occupancy support services, facilities system support, and supplemental services as identified in the draft PWS. 6.How many installations or projects can your company provide support to simultaneously (provide the assumed size of projects for your estimate)? 7.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. 8.Do you have capabilities in Washington D.C. or the surrounding area such that you can meet the response times required in the PWS? 9.Can your firm perform, in accordance with, PWS requirements on facilities that are the National Historic Register and labeled as National Landmarks? Vendors are also welcome to advise of their lack of interest in this type of acquisition along with comments explaining the reasons for their disinterest and any recommendations for making this solicitation more appealing. Please refrain from submitting unsolicited documents such as promotional literature in response to this sources sought. Responses should be limited to the information requested in this sources sought notice and submissions shall not exceed 4 pages in length. All responses shall be provided by 1600 central time on 19 November 2014 to the attention of Timothy Griffin via email to: Timothy.J.Griffin@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY-15-R-XXXX/listing.html)
- Place of Performance
- Address: National Defense University 103 3rd Avenue SW Ft. Mcnair DC
- Zip Code: 20319
- Zip Code: 20319
- Record
- SN03565258-W 20141106/141104234223-df9b213688620a2e4f083e7d946e0b37 (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 |