Inactive
Notice ID:W912HP-19-R-1001
PURPOSE OF THIS ANNOUNCEMENT: THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this synopsis. This announcement is for information and planning purposes only and is...
PURPOSE OF THIS ANNOUNCEMENT: THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this synopsis. 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. If the Government does issue a solicitation as a result of this market research, it will be assigned a Procurement Identification Number such as W912HP19R1001. 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 at 81st Readiness Division (RD) Facilities throughout Georgia and Florida. One contract will potentially be awarded for 81st Region DJ to support various locations throughout Georgia and Northern Florida and another contract will potentially be awarded for 81st Region K to support various locations in South Florida. 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 synopsis will be used as a market research tool in order to determine how the upcoming solicitations will be advertised. SUMMARY OF REQUIREMENTS: USACE Charleston District intends to issue one solicitation potentially resulting in two separate Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contracts for 81st RD Region DJ and 81st RD Region K. Offerors will be able to propose on one or both 81st RD Regions under this solicitation. Therefore, be advised one offeror could receive more than one award under this solicitation. The intention of this solicitation is to obtain Facility Investment Services. The General intent of Facility Investment is: 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 is not limited to: (1) Service Calls, both emergency, and routine: various locations; (2) 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 contracts may be performed at any facility within the footprint of the specified region 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 81st RD Region DJ (Georgia and Northern Florida) and 81st RD Region K (Southern Florida). It is anticipated that each potential contract will be for a period of one (1) base year and four 12 month optional periods and one 6 month optional period for a potential total of five years and 6 months of services. The magnitude of services is estimated at between $5,000,000 and $10,000,000 over a five (5) year period per contract. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 561210, Facilities Support Services. The Small Business Size Standard is $38.5 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 synopsis 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), 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. PLACES OF PERFORMANCE / LIST OF SITES: IMPORTANT: The Government is seeking one prime contractor for each of the following: one prime contractor for 81st RD Region DJ and one prime contractor for 81st RD Region K to manage the performance of all of these services at all of the facilities listed below. The 81st RD facilities being supported under the proposed contract for 81st Region DJ are: •GA001 ATHENS USARC--2190 WINTERVILLE ROAD--ATHENS, GA 30605-2163 •GA011 EAST POINT USARC--2323 DAUPHINE STREET--EAST POINT, GA 30344-2597 •GA013 FOREST PARK USARC--4984 JONESBORO ROAD--FOREST PARK, GA 30297-3535 •GA019 SEARISC-BLDG 839--1407 HOOD AVENUE--FORT GILLEM, GA 30297-5108 •GA031 GAINESVILLE USARC--570 SHALLOWFORD ROAD NW--GAINESVILLE, GA 30504-4154 •GA033 THOMAS H GLENN USARC--2405 REDMOND CIRCLE NW--ROME, GA 30165-1978 •GA046 FORT GILLEM USARC--BLDG 900, 1300 HOOD AVENUE--FORT GILLEM, GA 30297-5122 •GA077 DECATUR USARC--1650 COREY BLVD--DECATUR, GA 30032-4864 •GA103 ASF #42--BLDG 1011, 1612 HULL PLACE--DOBBINS AFB, GA 30069-5102 •GA132 FORT GILLEM USARC--5050 NORTH 27TH STREET--FORT GILLEM, GA 30297 •GA128 Statham USARC, 1490 Bethlehem Road, Statham, GA 30666 •FL004 GAINESVILLE USARC--1300 NE 8TH AVENUE--GAINESVILLE, FL 32601-2599 •FL008 CLARENCE L BURPEE USARC--751 WEST 41ST STREET--JACKSONVILLE, FL 32206-6108 •FL009 LTC ROBERT R MILAM USARC--31 PECAN STREET--JACKSONVILLE, FL 32211-7875 •FL010 JACKSONVILLE AFRC--BLDG 938-HWY 17 & BHAM AVE.--JACKSONVILLE, FL 32212-0025 •FL020 OCALA USARC--2803 SE 36TH AVENUE--OCALA, FL 34471-6220 •FL027 JOSEPH STILLWELL USARC--4300 SAINT JOHNS AVENUE--PALATKA, FL 32177-3999 •FL040 T. WHIDDON USARC--222 AUSLEY ROAD--TALLAHASSEE, FL 32304-3960 •FL122 CAMP BLANDING USARC--BLDG 2120, PALATKA STREET--STARKE, FL 32091 •FL133 AMSA #44 (G)--BLDG 939-USNAS PO BOX 25--JACKSONVILLE, FL 32212-0025 •FL135 AMSA #52 (G)--222 AUSLEY ROAD--TALLAHASSEE, FL 32304-3960 •GA010 DUBLIN USARC--1002 MARTIN LUTHER KING JR DR--DUBLIN, GA 31021-5099 •GA030 FORT VALLEY USARC--602 NORTH CAMELLIA BLVD--FORT VALLEY, GA 31130-5010 •GA032 MACON USARC--1690 RIVERSIDE DRIVE--MACON, GA 31201-1330 •GA034 HARRY MILTON KANDEL USARC--1327 EISENHOWER DRIVE--SAVANNAH, GA 31406-3999 •GA036 HAROLD B DURHAM JR USARC--212 VICTORY DRIVE NORTH--TIFTON, GA 31794-4272 •GA092 1239 Harmon Ave, Bldg 9592, Fort Stewart, GA 31314-563 •GA107 AMSA #46 (G)--1690 RIVERSIDE DRIVE--MACON, GA 31201-1399 •GA130 Warner Robins USARC, 101 Snellgrove Drive, Warner Robins, GA 31088 •FL165 Tallahassee, FL ARC, 4307 Jackson Bluff Road, Tallahassee, FL 32304 The 81st RD facilities being supported under the proposed contract for 81st Region K are: •FL003 LT Alexander Ninninger Jr USAR--5515 NW 15th Avenue--Fort Lauderdale, FL 33309-2799 •FL014 James West USARC--905 North Ingraham Avenue--Lakeland, FL 33801-2080 •FL017 COL F.M. Williams USARC--11700 NW 27th Avenue--Miami, FL 33167-2698 •FL134 AMSA #47 G--11700 NW 27th Avenue--Miami, FL 33167-2698 •FL021 Michael McCoy USARC--3682 Wiley Dr--Orlando, FL 32824 •FL022 Orange County USARC--3701 Corrine Drive--Orlando, FL 32803-2499 •FL023 Taft USARC--2800 Dowden Road--Orlando, FL 32827-5299 •FL115 Wilson AFRC--9500 Armed Forces Reserve Dr--Orlando, FL 32827-5226 •FL125 AMSA 50--Bldg C, 3000 8th Street--Orlando, FL 32827-5199 •FL031 LTC Luis E. Martinez USARC--13601 S.W. 176th Street--(Perrine) Miami, FL 33177-2500 •FL037 1LT Max R. Stover USARC--1420 Beach Drive SE--St. Petersburg, FL 33701-5697 •FL041 C. Lovejoy USARC--4815 North Hubert Avenue--Tampa, FL 33614-6493 •FL136 AMSA #53 (G)-4815 North Hubert Avenue--Tampa, FL 33614-6493 •FL103 Rattlesnake Point USARC--5201 West Tyson Avenue--Tampa, FL 33611-3223 •FL137 AMSA (M) #51--5201 West Tyson Avenue--Tampa, FL 33611-3223 •FL126 Clearwater ASF--16101 Fairchild Ave--Clearwater, FL 33762 •FL127 C.W. Bill Young AFRC--2801 Grand Avenue--Pinellas Park, FL 33782-6135 •FL132 Sanford USARC--3566 Skyway Drive--Sanford, FL 32773 •FL151 Lake Park USARC--1700 Silver Beach Road--West Palm Beach, FL 33404 •FL153 SSG Marc A Scialdo USARC--1717 Corbett Road--Cape Coral, FL 33909 REQUESTED INFORMATION In response to this sources sought, submit the following information: 1. Your firm's intent to submit a proposal for this project when it is formally advertised. Indicate which region(s) (DJ, K, or both) your firm can successfully perform the required work. 2. Name of your firm, to include address, phone number, and point of contact. 3. CAGE Code, DUNS number; or a copy of current SAM record. 4. Size of firm, to include category of small business (if applicable). 5. 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. Each potential contract to be awarded will require the prime contractor to concurrently manage multiple facilities at different sites across the particular 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. Firms responding to this sources sought announcement, who 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. 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 Friday, December 7, 2018 to the attention of the Contract Specialist, Ashley Chester, at Ashley.e.chester@usace.army.mil and the Contracting Officer, David Decker at david.w.decker@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.