Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2017 FBO #5609
SOURCES SOUGHT

Z -- MISSISSIPPI LAKES OPERATION AND MAINTENANCE - Scope of Work

Notice Date
3/31/2017
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-17-R-0010
 
Point of Contact
Kelly A. Turcotte, Phone: 6016315379
 
E-Mail Address
Kelly.A.Turcotte@usace.army.mil
(Kelly.A.Turcotte@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT, NOR IS IT A REQUEST FOR PROPOSAL. THIS REQUEST DOES NOT OBLIGATE THE GOVERNMENT TO ANY CONTRACT AWARD. The attached DRAFT - Performance Statement of Work is for information purposes only and is subject to change. The solicitation number for this announcement is W912EE-17-R-0010. The U.S. Army Corps of Engineers - Vicksburg District is soliciting Capability Statements from all qualified and interested potential small business sources, including HubZone Small Businesses, Service-Disabled Veteran Owned Small Businesses, 8(a) Small Businesses, and Women Owned Small Businesses to participate in a solicitation to furnish all labor, equipment, fuel, supplies, transportation, supervision, and management to provide inspection, operation, maintenance, repair, reconstruction, and rehabilitation of project facilities, water control structures, and other features managed by the U.S. Army Corps of Engineers (USACE) within the Mississippi Delta as indicated in the attached Draft of Performance of Work. The NAICS Code for the proposed acquisition is 561210, Facilities Support Services, and the small business size standard is $38,500,000.00. 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 Trade Off source selection process that will result in award of a firm fixed price and cost-plus fixed fee contract type that will allow for an immediate direct response to unforeseen requirements such as flood control emergencies, droughts, tornados, fires, and emergency repairs that affect electrical and water utility systems, and frequently changing field conditions that affect ongoing operation, maintenance, and construction work to a variety of facilities and flood control features. The types of facilities or features that will be operated and maintained includes administrative buildings, roadways, bridges, levees, gravity drainage structures, weirs, waterways, pumping plants, riser pipe grade control structures, dikes, revetments, and flood water retarding structures. Services will also include but is not limited to materials and equipment hauling; procurements; inspecting; warehousing; electrical, equipment and industrial mechanic work; herbicide applying; and janitorial works. 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 the information listed below. Appropriate documentation, literature, brochures, and past performance information with references should be included. 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 or full and open competition. Respondents will not be notified of the Sources Sought results. All interested firms with 561210 as an approved NAICS code have until Monday, 21 April 2017, 12:00 p.m. (noon, central time) to submit the following information: 1. Please provide your company name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 561210. 2. Clearly confirm that your company business size as Small Business, and if applicable, designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business. 3. Evidence of capabilities to perform comparable/relevant work on three recent projects (not more than five years old). Include project name and key/salient features of the project; completion date, total contract value, and your company's level of involvement in the project. Please provide at least one point of contact (with email address and phone number) for project validation. 4. If your company is not currently providing this support, has your company had experience in the last 5 years providing these types of services? 5. What does your company specialize in? 6. Firm's capability to perform, to include geographic location, project size, equipment list and equipment capability. 7. What experience does your company have with Government contracts? Submissions that are not received within the allotted time and/or do not meet all requirements will not be considered. Electronic submissions via email are preferred. Facsimile submissions will not be accepted. Phone calls will NOT be accepted. Responses to this Sources Sought should be emailed to Kelly Turcotte at Kelly.A.Turcotte@usace.army.mil or mailed to U.S. Army Corps of Engineers, Vicksburg District Contracting Office, ATTN: Kelly Turcotte, 4155 East Clay Street, Vicksburg, MS, 39183-3435. Responses must be received no later than 21 April 2017, 12:00 p.m. (noon, central time).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-17-R-0010/listing.html)
 
Place of Performance
Address: 29361 Highway 315, Sardis, Mississippi, 38666, United States
Zip Code: 38666
 
Record
SN04455543-W 20170402/170331234557-4287c851f90f23a7aaf66285b1d689cb (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.