Lake Barkley Operations & Maintenance Services
PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) is issuing this Invitation for Bid (IFB) solicitation for a Requirements Contract for Operations and Maintenance (O&M) Services for... PURPOSE: The Nashville District U.S. Army Corps of Engineers (USACE) is issuing this Invitation for Bid (IFB) solicitation for a Requirements Contract for Operations and Maintenance (O&M) Services for Lake Barkley; encompassing both Barkley and Kentucky Locks in in Livingston, Lyon, and Trigg County, Kentucky, and Stewart County, Tennessee. Principle cities in the areas are Kuttawa, Eddyville, and Cadiz, Kentucky, and Dover, Tennessee. This description is not intended to be all encompassing and is subject to change. SUMMARY OF WORK: The work consists of furnishing all necessary management, supervision, inspection, personnel, materials, supplies, parts, tools, equipment, transportation, and vehicles, except as otherwise specified to perform the O&M services within the area of responsibility (including the drainage) area. O&M services include but are not limited to: (1) Grass Mowing (2) Cleaning services which consists of cleaning and servicing public use areas and facilities at various recreation and operational areas and removal of refuse and litter. (3) Beaches and Playground Cleaning (4) Bumpus Mills Water Treatment Plant which includes performing services for the operation, maintenance, and repair of the campground water treatment plant. (5) Facility repair, maintenance and other non-routine work that includes non-routine construction work. (6) Janitorial Services (7) Boundary Line Marking and Repainting NAICS CODE AND SBA SIZE STANDARD: The NAICS code for this project is 561210, Facility Support Services, with a size standard of $38,500,000. TYPE OF SET-ASIDE: 100% Small Business Set-Aside SOLICITATION AND CONTRACT TYPE: It is anticipated that from the IFB Solicitation with Definitive Responsibility Criteria, the Government will award one (1) Firm-Fixed Price Requirements Contract with a base and four (4) option years to the company that provides the lowest priced bid who is determined to be responsive and responsible. PERIOD OF PERFORMANCE: The anticipated contract period is Three-hundred Sixty-five calendar days for the Base contract with four (4) one-year option periods. SYSTEM FOR AWARD MANAGEMENT (SAM): Bidders must be successfully registered in the SAM, www.sam.gov, in order to receive a Government contract award. Bidders must have their representations and certifications available on-line in SAM or provide them with their bid 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. Bidders are highly encouraged to register as soon as possible. SITE VISIT: An organized site visit has been scheduled during the solicitation period. Accordingly, bidders 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) An organized site visit has been scheduled for- 19 December 2018 at 8:00 AM Central Time (b) Participants will meet at- Lake Barkley Resource Managers Office 200 Barkley Dam Overlook Grand Rivers, KY 42045 (c) Questions from the site visits shall be due no later than 10:00 a.m. CST, 26 December 2018. Please submit all questions to Contract Specialist Debra Barlow at email address: Debra.a.Barlow@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), Debra Barlow via email at debra.a.barlow@usace.army.mil no later than December 17, 2018 at 10:00 AM 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.fbo.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.fbo.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 Federal Business Opportunities (FBO) website, www.fbo.gov. It is, and will continue to be, the responsibility of all potential bidders to monitor the FBO website for any amendments, updates, responses to questions and answers, etc. as the Government will not be maintaining a mailing list. POINT-OF-CONTACT FOR QUESTIONS: The Contract Specialist for this solicitation is Debra Barlow, telephone: 615-736-7933, email: debra.a.barlow@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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »