Inactive
Notice ID:W9123619R0021
This is a sources sought notice only; it is not a request for proposals. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified...
This is a sources sought notice only; it is not a request for proposals. This Sources Sought Notice is for informational purposes only to determine the interest and availability of potential qualified contractors. ALL INTERESTED FIRMS SHOULD RESPOND TO THIS NOTICE NO MATTER WHAT BUSINESS SIZE UNDER THE NAICS CODE. Responses are to be sent via email to travis.j.specht@usace.army.mil no later than 2:00 pm. EST, May 2nd, 2019. The Norfolk District, Corps of Engineers is conducting market research to identify potential sources for the following project: Preventative Maintenance & Repair Services for DoDEA-America's Facilities at Fort Stewart, Georgia; Fort Jackson, South Carolina; and Laurel Bay, South Carolina. The services provided under this proposed contract encompass a wide range of facilities services such as operation and maintenance of heating and cooling systems, plumbing, kitchen equipment, facility control systems, playgrounds and other facility systems and components. These services must be provided on an ongoing basis without protracted lapse to ensure that the building systems continue to operate efficiently and safely for the benefit of the students and teachers that inhabit them. The facilities under this action include fourteen (14) facilities comprised of eleven (11) schools and three (3) support facilities at the above installations, totaling approximately 800K GSF. The proposed contract will consist of a one year base period with four option one year periods. The annual dollar range for this work is $1,000,000.00 to $2,000,000.00. The NAICS code applicable to this requirement is 236220. Offerors will be evaluated on a best-value tradeoff basis with a combination of price and non-price factors. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested capable, qualified and responsive SMALL BUSINESS Prime Contractors are encouraged to reply to this sources sought announcement. Interested contractors should furnish the following information: Information Requested: 1. Company name, address, phone number, and point of contact. 2. Indicate business size in relation to the NAICS code 236220. Provide your company's Cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), Women-Owned or other than small business. Contractors must be registered in the System for Award Management (SAM) at time of contract award, Please see www.sam.gov for additional registration information. 3. Provide a narrative describing primary business lines and the geographic regions your company serves. Narratives shall be no longer than five (5) pages demonstrating experience in a similar type of work as described above, at similar contract values, and in a similar locations. 4. Does your company, through in-house forces or subcontract support, have the technical capability and capacity to provide preventive maintenance and repair services for the facilities and locations as described above? 5. Do you foresee any issues in being able to successfully perform these services how the Government has grouped these facilities geographically? If so, please explain. 6. The Government intends to include a limit of liability in these contracts for repairs the Contractor would be responsible for under the firm-fixed price portion of this contract. For context, this limit was initially $5000 per occurrence but was recently increased to $20,000 per occurrence, with no limit on number of occurrences. a. Does this larger limit of liability detract from your interest in this solicitation? If so, why? b. Would putting a cap on the number of occurrences increase your interest? c. Given the cost to award a task order is significant with respect to small repair requirements, how do you suggest the Government accommodates these small repairs most efficiently? This sources sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All information submitted will be considered procurement sensitive and is being used as a market research tool only. All responses to this announcement may be sent electronically via email to travis.j.specht@usace.army.mil no later than 2:00 pm. EST, May 2nd, 2019.