Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2021 SAM #7214
SOURCES SOUGHT

M -- 81st RD Facility Investment Services (FIS) Regions A & F

Notice Date
8/30/2021 12:27:25 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP21R1009
 
Response Due
9/8/2021 11:00:00 AM
 
Archive Date
02/15/2022
 
Point of Contact
Melissa Rada, Contract Specialist, Tonya D. Willis, Phone: 8433298180
 
E-Mail Address
melissa.s.rada@usace.army.mil, tonya.d.willis@usace.army.mil
(melissa.s.rada@usace.army.mil, tonya.d.willis@usace.army.mil)
 
Description
THIS IS NOT A SOLICITATION NOTICE.� No proposals are being requested or accepted with this Sources Sought (RFI/Market Research) announcement.� This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract(s). If the Government does issue a solicitation as a result of this market research, it will be assigned a Procurement Identification Number such as W912HP21R1009. The U.S. Army Corps of Engineers (USACE), South Atlantic Division, Charleston District intends to issue one solicitation resulting in two separate contracts for Facilities Investment Services (FIS) at 81st Readiness Division (RD) Facilities throughout Louisiana, Mississippi, North Carolina, and South Carolina. One contract will potentially be awarded for 81st RD FIS, Region A to support various locations throughout Louisiana and Mississippi; and another contract will potentially be awarded for 81st RD FIS, Region F to support various locations in North Carolina and South Carolina. PLACES OF PERFORMANCE / LIST OF SITES: IMPORTANT: For each separate potential contract (81st RD FIS, Region A, and 81st RD FIS, Region F), the Government is seeking one prime contractor to manage the performance of all of these services at all of the specified 81st RD Region�s facilities listed below. The 81st RD facilities being supported under the proposed contract for 81st RD FIS, Region A are: LA005 - USARC LEONARD C SAURAGE USARC--1735 FOSS STREET--BATON ROUGE, LA 70802-3598 LA009 - AMSA FORT POLK USARC/ECS 17--2171 K AVENUE BLDG 8603--FORT POLK, LA 71459 LA012 - UASRC LAFAYETTE USARC--1640 SURREY STREET--LAFAYETTE, LA 70508-2099 LA013 - USARC CARL J. SHETLER USARC--2300 TENTH STREET--LAKE CHARLES, LA 70601-6648 LA015 - USARC MONROE USARC--5101 SQUADRON ROAD--MONROE, LA 71203-6205 LA019 - USARC J DIAMOND USARC--5010 LEROY JOHNSON DRIVE--NEW ORLEANS, LA 70146-3601 LA038 - BELLE CHASSE AFRC--400 RUSSELL AVE.--NEW ORLEANS, LA 70143 LA047 - BOSSIER CITY USARC--1420 SWAN LAKE ROAD--BOSSIER CITY, LA 71112-2596 MS001 - BROOKHAVEN USARC--1336 OLD HWY 51 NE--BROOKHAVEN, MS 39601-8017 MS007 - JACKSON AFRC--4350 OFFICER THOMAS CATCHINGS SR DRIVE--JACKSON, MS 39209-3938 MS008 - WALTER W. SCOTT USARC--180 COMMERCIAL AVENUE--JACKSON, MS 39209-3423 MS037 - AMSA #146 (G)--180 COMMERCIAL AVENUE--JACKSON, MS 39209-3423 MS023 - BG GEORGE A MORRIS USARC--1265 PORTERS CHAPEL ROAD--VICKSBURG, MS 39180-5790 The 81st RD facilities being supported under the proposed contract for 81st RD FIS, Region F are: NC007 - CHARLOTTE USARC (108TH DIV)--B.1300, 1330 WESTOVER ST.--CHARLOTTE, NC 28205 NC009 - CONCORD USARC--500WILSHIRE AVENUE, SW--CONCORD, NC 28025-6413 NC012 - CARY USARC--3677 NC HWY55--CARY, NC 27519-7126 NC019 - BG JAMES MOORE USARC--2017 WEST GARNER ROAD--GARNER, NC 27529-2619 NC022 - E. EARLE RIVES USARC--1120 NORTH CHURCH STREET--GREENSBORO, NC 27401-1008 NC024 - GREENSBORO USARC�940 KNOX ROAD--MCLEANSVILLE, NC 27301 NC026 - CPT CHRISTOPHER S. CASH AFRC--3000 MILL STREET--WINTERVILLE, NC 28590 NC028 - HIGH POINT USARC--156WEST PARRIS AVENUE--HIGH POINT, NC 27262-7821 NC031 - KINSTON USARC--2695 ROUSE ROAD EXT.--KINSTON, NC 28504-7328 NC032 - THOMAS ERWIN ALLEN USARC--1400 CARTHAGE ROAD--LUMBERTON, NC 28358-3410 NC033 - MOREHEAD CITY USARC/AMSA #128--410 FISHER STREET--MOREHEAD CITY, NC 28557 NC039 - ROCKYMOUNT USARC--804 FAIRVIEW ROAD--ROCKY MOUNT, NC 27801-6115 NC040 - URIAH G LUCAS USARC--1835 JAKE ALEXANDER BLVD, WEST--SALISBURY, NC 28147 NC046 - WILSON USARC--4300 AIRPORT DRIVE, NW--WILSON, NC 27896-9604 NC049 - THOMAS SMOTHERS USARC--1245 MARTIN LUTHER KING JR DR--WINSTONSALEM, NC 27107-1399 NC100 - AMSA #122--BLD. 1324,1330 WESTOVER STREET--CHARLOTTE, NC 28205-5124 NC101 - AMSA #128--410 FISHER STREET--MOREHEAD CITY, NC 28557-4297 NC105 - CHARLOTTE USARC #2--BLDG 1412, 1330 WESTOVER ST--CHARLOTTE, NC 28205-5124 NC106 - AFRC WILMINGTON�3615 CAROLINA BEACH ROAD�WILMINGTON, NC 28412 NC107 - AMSA # 166 (G)--3000 MILL STREET--WINTERVILLE, NC 28590 NC115 - ARMY RESERVE CENTER KNIGHTDALE�408 HINTON OAKS BLVD�KNIGHTDALE, SC008 - FRANCIS MARON USARC�201 SOUTH CASHUA DRIVE�FLORENCE, SC 29501-4091 SC019 - MYRTLE BEACH USARC�3392 PHILLIS BLVD�MYRTLE BEACH, SC 29577-1534 USACE, Charleston District is therefore conducting market research to determine the availability of qualified contractors to compete under the potential solicitation resulting from this announcement. Responses to this Sources Sought announcement will be used as a market research tool in order to determine acquisition strategy, Small Business Set-Aside category(ies) (if any) how the upcoming solicitation will be advertised. SUMMARY OF REQUIREMENTS:� USACE Charleston District intends to issue one solicitation potentially resulting in two separate Firm Fixed Price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for 81st RD FIS, Region A, and 81st RD FIS, Region F. Offerors will be able to propose on one or both 81st RD Regions under this potential future solicitation. Therefore, be advised one Offeror could receive more than one award under this potential future solicitation. The intention of this potential future solicitation will be to obtain Facility Investment Services (FIS) for each of the specified 81st RD Regions. The general intent of Facility Investment Services (FIS) is for Sustainment, Restoration and Modernization (SRM) sub-functions. The SRM requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Army programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of sustainment. This can include but not limited to: Service Calls, both emergency, and routine: various locations; Preventive Maintenance (PM) for a wide variety of equipment and systems: various locations; (3) Inspection, Testing, and Certification for various types of equipment: various locations; (4) Other Recurring Services for the inspection and repair of equipment and systems: various locations; (5) Repair, restoration, and modernization requirements which are beyond the scope of service calls, as well as related tasks such as preparation for and restoration from accidents and natural disasters. Task Orders issued under these potential future contracts may be performed at any facility within the footprint of the specified 81st RD Regions (81st RD Region A and/or 81st RD Region F) and is not only limited to the sites listed above. � The Contractor(s) shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide these services at locations within the geographical boundaries of each of these 81st RD Regions: 81st RD Region A in Louisiana and Mississippi; and 81st RD Region F in North Carolina and South Carolina. Full details will be provided in each of the specified 81st RD Region�s Performance Work Statements (PWSs), which will be posted with the formal solicitation.� � It is anticipated that each potential contract will be for a period of one (1) base year, four (4) twelve (12) month option periods; and one (1) six (6) month option period for a potential total of five (5) years and six (6) months of services.� The magnitude of services for each potential future contract is estimated at between $5,000,000 and $10,000,000 over a five (5) year and six (6) months period.� The primary North American Industrial Classification System (NAICS) Code applicable to each of these requirements is 561210, Facilities Support Services.� The Small Business Size Standard is $41.5 Million.� Various other NAICS codes and size standards may apply, depending on specific task order projects that may be awarded under potential future contracts. � This Sources Sought announcement is open to both large and small businesses, and both business categories are encouraged to submit responses.�� Those small business firms responding should identify ALL categories pertaining to your business: Small Disadvantaged Business (SDB), certified 8(a), certified HUBZone, Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), and/or Women-Owned Small Business (WOSB).� A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. � REQUESTED INFORMATION: In response to this Sources Sought, submit the following required information: � Your firm's intent to submit a proposal for this project when it is formally advertised. Indicate which 81st RD Region(s) (either A, F, or both) where your firm can successfully perform the required work. � Name of firm, to include address, phone number, and point of contact. � CAGE Code, DUNS number; or a copy of current SAM record. � Size of firm, to include category(ies) of small business (if applicable). � Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, with multiple locations for which your firm was the prime contractor, including contract number, project location, description of work requirements, contact and phone number for each effort and other references. For each potential future contract to be awarded will require the prime contractor to concurrently manage multiple facilities at different sites across the particular 81st RD Region. Therefore, demonstrate your firm�s capabilities in managing multiple sites/locations concurrently. This SOC should be no more than five (5) pages in length and identify the types of projects, the services which were provided, and any special challenges encountered, and innovations delivered as a result. � Responses to this Sources Sought announcement which fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this Sources Sought announcement. � NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THESE PROJECTED REQUIREMENTS WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT. � Interested business concerns are requested to provide the requested information above. Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 2:00 PM Eastern time Monday, 6 September 2021 to the attention of the Contract Specialist, Melissa Rada (Melissa.S.Rada@usace.army.mil) and the Contracting Officer, Tonya Willis at (Tonya.D.Willis@usace.army.mil). � � Participation is voluntary; respondents will not be paid to participate.� However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. � NOTE:� The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only.� Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a363ec8dc69402fbfb6a031d6d04f8e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06116651-F 20210901/210831201831 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.