Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOLICITATION NOTICE

S -- Dale Hollow Operations and Maintenance Requirements Contract

Notice Date
1/5/2023 3:23:59 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
 
ZIP Code
37203-1070
 
Solicitation Number
W912P523R0003
 
Response Due
2/21/2023 7:00:00 AM
 
Archive Date
03/01/2023
 
Point of Contact
Cierra R. Vega, Phone: 6157367976, Dellaria Martin, Phone: 6157367986, Fax: 6157367124
 
E-Mail Address
cierra.r.vega@usace.army.mil, dellaria.l.martin@usace.army.mil
(cierra.r.vega@usace.army.mil, dellaria.l.martin@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) intends to issue a Request for Proposal (RFP) Solicitation for a Requirements Contract for Operations and Maintenance Services for Dale Hollow Lake; encompassing Clay, Overton, Fentress and Pickett counties in Tennessee; as well as Clinton and Cumberland counties in Kentucky. Principal cities in the areas are Celina, Livingston, and Byrdstown in Tennessee; Albany and Burkesville in Kentucky. This is a Pre-solicitation Notice. This notice is being issued for planning and informational purposes only. This notice is not a solicitation, nor is it to be construed as a commitment by the Government. The Government will not pay for any effort expended in responding to this notice, nor will the Government accept proposals as a result of this notice. This description is not intended to be all encompassing and is subject to change. NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 561210 with a size standard of $41,500,000. TYPE OF SET-ASIDE: 100% Small Business Set-Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from the Request for Proposal Solicitation, the Government will award one (1) Firm-Fixed Price Requirements Contract to the firm that provides the best value to the Government. PERIOD OF PERFORMANCE: The anticipated contract period is Three-hundred Sixty-five (365) calendar days for the Base contract with four (4) one-year option periods. SOLICITATION RELEASE DATE: The anticipated release date for this solicitation is on or around February 16, 2023. SYSTEM FOR AWARD MANAGEMENT (SAM): Offerors must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award. *Currently, www.sam.gov is taking longer than normal to renew/reactivate vendors in SAM, please ensure you submit requests to renew/reactivate SAM registration at least 60 calendar days prior to expiration* Offerors must have their representations and certifications available on-line in SAM or provide them with their proposal in order to receive a Government contract award. Assignment of a CAGE Code can take up to ten (10) business days after completion of SAM registration. Offerors are highly encouraged to register as soon as possible. SITE VISIT: The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. Please refer to the solicitation, once posted, for the exact date and time of the site visit. No other site visit will be scheduled or granted. Once posted; the solicitation will include the latest information on the organized site visit. (a) Tentatively; an organized site visit has been scheduled for- Last week of February 2023 or first week of March 2023 (b) Participants will meet at- Dale Hollow Resource Managers Office 540 Dale Hollow Dam Road Celina, TN 38551 * The site visit is anticipated to begin at the Dale Hollow Maintenance Shop, which is a short distance from the Resource Manager's Office, however the Maintenance Shop has no physical address. (c) Questions from the site visits shall be due no later than seven (7) calendar days after the site visit. Please submit all questions to Contract Specialist, Cierra Vega, at email address: Cierra.R.Vega@usace.army.mil. Questions received after this deadline will not be addressed. *NOTE: All participants are required to have personal safety equipment, i.e. hard hat and safety toe shoes. Safety equipment will not be provided. This is mandatory. Contractors who do not have these items present at the Site Visits will not be able to participate in the visit. REQUIREMENT TO REGISTER TO ATTEND SITE VISIT: Only registered persons will be permitted to attend the site visit. In addition to the below information, please also provide your name of firm, firm's CAGE and/or Unique Entity Identifier number (DUNS number), name and position title of primary point of contact and their telephone number and email address. Only two persons from each business entity will be permitted to attend. U.S. Citizens: To register, U.S. citizens interested in attending the site visit must submit a Nashville District (LRN) Security Access Form to the Point of Contract (POC), Cierra Vega via email at Cierra.R.Vega@usace.army.mil no later than February 6, 2023, 2:00 PM Central Time. If submitting the form in less than two business days, the person may not receive approval for participation. Notification of approval or denial will be provided prior to the date of the site visit. The form is available as a pdf attachment on www.sam.gov with this pre-solicitation and is titled as U.S. National Site Visit Registration Form. Foreign Nationals (FNs): FNs wishing to attend the site visit shall submit a completed LRN FN Security Form and legible color copies of two of the following documents: Passport (unexpired or expired), Certificate of U.S. Citizenship (INS Form N-560 04 N-561), Certificate of Naturalization (INS Form N-550 or N-570), unexpired foreign Passport with I-551 stamp or attached INS Form I-94 indicating unexpired employment authorization, an Alien Registration Receipt Card with photo (INS Form I-151 or I-551), unexpired Temporary Resident Card (INS Form I-688), unexpired Employment Authorization Card (INS Form I-688A), unexpired Reentry Permit (INS Form I-327), unexpired Refugee Travel Document (INS- Form I571), or unexpired Employment Authorization Documentation issued by the INS which contains a photograph (INS Form I-688B) to the LRN POC. These documents must be submitted ten (10) days prior to the site visit. Exceptions will be considered on a case by case basis but will be limited. The form is available as a pdf attachment on www.sam.gov and is titled as Foreign National Security Access Form. Additional guidance is available at http://www.lrn.usace.army.mil/Portals/49/docs/Security/Sec%20508%20Foreign%20National%20Sec%20Access%20Form%20JUN%202014.pdf ADDITIONAL INFORMATION: Specific information pertaining to this procurement will be available in the solicitation. The solicitation documents will be posted on the SAM.gov website. It is, and will continue to be, the responsibility of all potential Offerors to monitor the SAM.gov website for any amendments, updates, responses to industry questions/comments, etc. The Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Cierra Vega, telephone: 615-736-7976, email: Cierra.R.Vega@usace.army.mil. Any communications regarding this procurement must be made in writing via e-mail. It must identify the Solicitation number, company name, address, e-mail address, phone number including area code, facsimile number, and point of contact.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ddbdf1c5ea34ddbab72083a8dcff0f0/view)
 
Place of Performance
Address: Celina, TN 38551, USA
Zip Code: 38551
Country: USA
 
Record
SN06556980-F 20230107/230105230106 (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.