Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912PM19T0060
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. T...
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 of government facilities for the Eagle Island Confined Disposal Facility Mowing. 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 as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The anticipated performance period for this contract is a base year of twelve (12) months from date of award and four (4) option years. The responses are for informational purposes only and do no obligate the Government or Contractor in any way. The Contractor shall furnish all labor, transportation, equipment, materials, and services to mow the earthen embankment dikes (dikes) containing Cells 1, 2, and 3 at Eagle Island Confined Disposal Facility (CDF). The approximate combined acreage of areas to be mowed for Eagle Island Cells 1, 2, and 3 is 198 acres. The mowing of the dikes will be required four times within the period of performance. The mowing of individual cell dikes and/or portions of cell dikes may be required on an as needed basis prior to dike construction/modification or Wilmington Harbor Anchorage Basin dredging and dredged material disposal. All interested firms with 561730 as an approved NAICs code have until 24 May 2019 at 1600 PM. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - 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. - Evaluation Criteria - Technical - Offeror shall provide a listing of equipment that demonstrates the capability to mow the slope and terrain of the Eagle Island Confined Disposal Facility (CDF) project area, as referenced in the Performance Work Statement and attached drawings. The equipment list will be evaluated, and preference will be given to the offeror with specialized equipment designed specifically for safe operation on such slope and terrain. - Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance as described in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. Projects involving the clearing and brush removal on slope and terrain similar to this requirement will be considered relevant past performance. - 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/protégé and/or JV with a large business both team members must sign. 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. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ros Shoemaker and Carol Jayroe E-mail: Rosalind.m.shoemaker@usace.army.mil and alicia.g.evans@usace.army.mil The email should be titled: Eagle Island Confined Disposal Facility Mowing. 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.