SOURCES SOUGHT
Z -- MOTSU Operations and Maintenance Services
- Notice Date
- 6/18/2024 11:30:59 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM24R0015
- Response Due
- 7/17/2024 11:00:00 AM
- Archive Date
- 09/30/2024
- Point of Contact
- Nicolette Campbell, Karri L. Mares, Phone: 9102514863
- E-Mail Address
-
nicolette.l.campbell@usace.army.mil, karri.l.mares@usace.army.mil
(nicolette.l.campbell@usace.army.mil, karri.l.mares@usace.army.mil)
- Description
- SOURCES SOUGHT NOTICE FOR OPERATIONS AND MAINTENANCE SERVICES MILITARY OCEAN TERMINAL AT SUNNY POINT (MOTSU), SOUTHPORT, NORTH CAROLINA 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 in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide operations and maintenance services at Military Ocean Terminal at Sunny Point, Southport, North Carolina. The Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award a firm fixed price contract that will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The anticipated performance period is a base year of twelve (12) months from date of award and 4 option years. The solicitation will be a request for proposal (RFP). The responses are for informational purposes only and do no obligate the Government or Contractor in any way. PROJECT INFORMATION: The Contractor shall provide all personnel, management, tools, materials, supervision, general and specialized equipment, clothing and other items and services necessary to operate, maintain, repair, and construct Real Property Facilities (RPF) at the U.S. Army Military Ocean Terminal, Sunny Point (MOTSU), North Carolina. The Waterfront RPF includes, but is not limited to, wharf fender systems, navigation aids, mooring dolphins, fixed barrier water perimeter security system and ancillary equipment within the Waterfront MOTSU property boundaries, including the Explosive Safety clear Zone also known as the Buffer Zone. The Contractor is also required to perform limited work at sites other than MOTSU: Leland Interchange and railroad right-of-way, railroad signal sites, and the Buffer / Blast Zone. The functional areas covered under the contract are: maintenance management services; electrical plants and systems; water plants and systems; sewage plants and systems; building, structures, and installed equipment; grounds maintenance; paved earth surface roads; pest management/control; wharf maintenance; control burn support; and waterside maintenance. The Contractor shall perform all work in accordance with applicable Federal, State, and local policies and regulations. All interested firms with 561210 � Facilities Support Services as an approved NAICs code have until 17 July 2024 at 2:00 p.m. to submit the following information: Name & Address of your Firm Point of Contact (Name/Phone/E-mail) Current SAM Record to include UEI Number and CAGE Code Documented experience on projects of similar scope for at least five years. Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM, and VA Certification of VOSB and SDVOSB�s through the Vendor Information Pages at https://veterans.certify.sba.gov/.� The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. Evidence of capabilities to perform comparable work. Provide project info on no more than 5 projects that demonstrate the firm's experience on projects that are substantially complete or completed within the last five (5) years which are similar to the project in size, scope and complexity. For each project include:� Project name and contract number. Customer. Summary description of the key elements/salient work features of the project. Your company�s level of involvement in the project, i.e., subcontractor (type), prime, GC, etc., and your specific role. Location where work/project was completed. Contract Amount. Brief description of how the experience relates to the general work description in this notice. All project examples submitted must be as the prime contractor, Joint Venture or Mentor Prot�g�.� Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. Firm's capability to perform, to include geographic span and project size. If firm has personnel with active security clearances, please provide employee name, level of clearance, and expiration date of clearance. Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. If the offeror is a Joint Venture (J-V), relevant project experience should be submitted for projects completed by the Joint Venture entity, or the individual firms that make up the joint venture. Offerors that are part of the DoD Mentor Prot�g� program may submit two (2) recent and relevant projects completed by the Mentor with the remaining project being submitted on behalf of the prot�g�. Any supporting documentation that confirms your socio-economic status as a team should be provided. The requested information shall be submitted electronically to the following Email addresses: U.S. Army Corps of Engineers Nicolette Campbell, Contract Specialist Karri Mares, Contracting Officer E-mail: � nicolette.l.campbell@usace.army.mil ��������������� karri.l.mares@usace.army.mil��������� SAW-CT-Military-Proposals@usace.army.mil The email should be entitled: MOTSU O&M Services-Sources Sought-[Insert company�s name] Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1cb6b0edb3974c52ad6b6c8649fc20cc/view)
- Place of Performance
- Address: Southport, NC 28461, USA
- Zip Code: 28461
- Country: USA
- Zip Code: 28461
- Record
- SN07101575-F 20240620/240618230119 (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 |