Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

Z -- INSTALLATION SUPPORT SERVICES FOR PUBLIC WORKS AND FAMILY HOUSING

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-04-R-0010
 
Response Due
3/29/2004
 
Archive Date
5/28/2004
 
Point of Contact
Pamela E. Nevels, 928-328-6154
 
E-Mail Address
Email your questions to ACA, Yuma Proving Ground - DABK41
(pamela.nevels@yuma.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A written mini-proposal submission is required in response to this notice. Detailed information regarding the mini-proposal submission requirements are provided at the following website: www.yuma.army.mil/contracting/RFP.html. The United States Ar my Contracting Agency, Southern Region, Directorate of Contracting - Yuma intends to compete this requirement for Installation Support Services for Public Works and Family Housing in support of the US Army Yuma Proving Ground (USAYPG) in Arizona. The acqu isition will be conducted using the advisory multi-step process pursuant to Federal Acquisition Regulation (FAR) 15.202. This synopsis constitutes the presolicitation notice and Step 1 of the solicitation process. Potential offerors are required to submi t information that will allow the government to advise prospective offerors about their potential as viable competitors. The information that must be submitted in response to this synopsis and the criteria that will be used in making the initial evaluatio n and resultant advisory down-select will be published on the website stated above. Mini-proposals are due no later than March 29, 2004, 4:30 PM MST. FAR provision 52.215-1, entitled Instructions to Offerors-Competitive Acquisition, paragraph (3) is appli cable to late submissions in response to this synopsis. Mini-proposals shall be submitted electronically to the contracting point of contact cited at the end of this synopsis. Only those offerors that respond to this initial notice will be allowed to con tinue to Step 2 which will require oral proposals, past performance information, and limited cost data. The proposed contract will provide technical and professional personnel for operations, maintenance, repair and minor construction/alteration of real pr operty facilities to include Family Housing and equipment in place. Functional areas include but are not limited to Scheduling; Supply Purchasing, Warehousing, Material Coordination; Planning and Estimating; Service Order Reception; Work Order Evaluation and Preliminary Estimating; Dining Facility Equipment Maintenance and Repair; Insect and Rodent Control; Electrical Plants, Structures, Facilities and Distribution Systems including Intrusion Detection Systems (IDS); Heating Plants and Systems including ga s/fuel lines and distribution systems; Water Plants, Structures, Facilities(Source Wells) and Distribution Systems; Sewage Collection System only; Air conditioning and Refrigeration Plants Structures and Facilities; Buildings and Structures; Grounds; Engin eering Support Services; Roads and Test Support; Reporting Requirements; Maintenance, Repair and Incidental Improvements to Family Housing Equipment, Appliance and Facilities; Furnishings Management; Family Housing Self Help; Assignments and Terminations; Housing Inspection; Maintenance and Repair of Unaccompanied Personal Housing Household Equipment; Maintenance of Family Housing Improved and Semi-Improved Grounds; Maintenance and Repair of Family Housing Playground Equipment; Control, moving and handling and installation of all housing appropriated and non-appropriated furnishings and equipment; and Sanitary Landfill Operations. A draft performance work statement will be issued on the above stated website on or about March 8, 2004 for the purpose of solic iting industry feedback regarding contract type, length of performance period, clarity of performance work statement, and overall acquisition strategy. Prospective offerors are invited to contact the contracting point of contact to schedule a one-on-one m eeting with the functional representative(s) during the period of March 8 ?????? 18, 2004 to further their understanding of this USAYPG requirement. These meetings are not mandatory and will be scheduled on a first call ?????? first scheduled basis. No p rospective offeror will be allowed more than one two-hour visit. These one-on-one meetings are not in lieu of the formal Preproposal Conference that will be sc heduled approximately 10 days after issuance of the formal solicitation. We anticipate the award of a cost-plus-award-fee type contract. The anticipated contract period will include one base year commencing October 1, 2004, two one-year option periods, a nd additional award term provisions that could result in a total potential contract period of 15 years. Contractors must be registered in the Central Contractor Registration (CCR) data base and be able to accept payment by electronic funds transfer. This a cquisition is 100% set-aside for small business participation. The Standard Industrial Classification code is 8744 and the North American Industrial Classification code is 561210 with a size standard of $30 million. Submit your statement of interest and reservation request for a one-on-one meeting via e-mail to Ms. Pamela Nevels at pamela.nevels@yuma.army.mil. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00536667-W 20040306/040304222813 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.