Inactive
8(a) Set-Aside (FAR 19.8)
Notice ID:W9127S19Q0010
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synop...
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Responses are being sought from qualified small and large business concerns possessing the technical/management expertise to execute the work requirements. The required work elements include, but may not be limited to the following: Facility Investment Services which may include, but are not limited to: 1) Service Calls 2) Preventive Maintenance for a variety of equipment and systems 3) Inspection, Testing, and Certification for various types of equipment 4) Other Recurring Services for the inspection and repair of equipment and systems 5) IDIQ repair, restoration and modernization requirements which are beyond the scope of the service calls 6) Environmental Services These services may be needed for all Army Reserve Centers within the 63rd Readiness Division (RD)'s area of Responsibility (AOR). Accomplishment of the work may require electricians, plumbers, HVAC repairmen, painters, and carpenters. The contracts resulting from this Acquisition Strategy will be Indefinite Delivery Indefinite Quantity (IDIQ) type acquisitions. All interested firms should review the attached map demonstrating the associated work areas with regards to Region 3 (TX) only. It is the intention of USACE to solicit each region as a separate acquisition. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, in the 8(a) program only. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Services 2. NAICS Code: 561210 -- Facilities Support Services 3. Business Size Standard: $38.5M 4. Procurement size (approximate $7-9M per Region) 5. FSC Code: S216 - Facilities Operations Support Services 6. In accordance with FAR 52.219-14(c)(1)(1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Prior Government contract work is not required for submitting a response under this sources sought synopsis. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. This will be procured using an Indefinite Delivery - Indefinite Quantity (IDIQ) type acquisition. It is anticipated that this acquisition will be awarded utilizing a Request for Proposal (RFP) Best-value Trade-off acquisition type. All responses should not exceed 10 pages in total excluding any company brochures. Interested Firm's shall respond to this Sources Sought Synopsis no later than 12:00 pm CST, Friday, 21 DEC 2018. All questions and comments must be in writing (electronic e-mail responses are acceptable); no telephone calls. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Firm's response to this Synopsis shall include the following information: A) Firm's name, address, point of contact, phone number, and e-mail address. B) Company's Dun & Bradstreet D-U-N-S Number and CAGE Code. C) Firm's interest in bidding on the solicitation when it is issued. D) Provide a list of each region or regions the firm is interested in providing services. E) Provide Example Projects (within the last 5 years): The firm should provide a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - F) Provide at least one (1) example (within the last 5 years) of a project demonstrating your firms ability and experience in managing work at various locations (20+) throughout a wide/multi-state geographical distance. G) Provide two (2) example projects (within the last 5 years) demonstrating experience of work similar to that described within the description provided above. H) Firm's Business Size category: 8(a) program only. I) Firm's Joint Venture information if applicable - existing and potential Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts. Email responses to: Thomas.n.cooper@usace.army.mil; mail responses to: USACE - Little Rock District, Attn: Thomas Cooper, 700 W. Capitol Ave, Room 7315 Little Rock, AR 72201. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Contracting Office Address: USACE - Little Rock District ATTN: CESWL-CT 700 W. Capitol Ave, Room 7315 Little Rock, AR 72201