Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2005 FBO #1215
SOURCES SOUGHT

Z -- OPERATION, MAINTENANCE, AND REPAIR OF FLOOD CONTROL FACILITIES AT ARKABUTLA, SARDIS, ENID, AND GRENADA LAKES IN THE STATE OF MISSISSIPPI

Notice Date
3/23/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-05-R-0006
 
Response Due
4/8/2005
 
Archive Date
6/7/2005
 
Point of Contact
Trudy James, 601-631-7265
 
E-Mail Address
Email your questions to US Army Engineer District, Vicksburg
(Trudy.H.James@mvk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CONTRACTING OFFICE ADDRESS U. S. Army Corps of Engineers, Vicksburg Consolidated Contracting Office (VCCO), Service and Supply Branch, 4155 East Clay Street, Vicksburg, MS, 39183-3435 Description THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVAILABLE. THIS REQUIREMENT HAS NOT BEEN SET-ASIDE FOR ANY PARTICULAR SMALL BUSINESS PROGRAM. For information purposes, the DRAFT Statement of W ork will be available online at ftp://ftp.mvk.usace.army.mil/pub/MS%20LAKES%20O&M/MS%20LAKES%20STATEMENT%20OF%20WORK.pdf . The solicitation number for this announcement is W912EE-05-R-0006. VCCO solicits for Capability Statements from all qualified and i nterested HubZone, Service Disabled Veteran Owned, and 8(a) small business firms to participate in a Best Value solicitation for operation, maintenance, and repair of flood control facilities managed by the Corps of Engineers at either one or both of the f ollowing projects (separate contracts will be awarded for each project): 1. Arkabutla, Sardis, Enid, and Grenada Lakes in the State of Mississippi (MS LAKES) and/or 2. Ouachita, Greeson, and Degray Lakes in the State of Arkansas (ARK LAKES). Both project s are nearly identical in the type, complexity, and variety of work required. Only the MS LAKES project Statement of Work is available online at this time. The main difference between the two projects is the amount of work required. The MS LAKES project has historically averaged between $5 and $6 Million per year, while the ARK LAKES project averages between $1.5 to $2.5 Million per year. Unless otherwise noted, all descriptions below refer to either of the projects. The NAICS Code for both proposed ac quisitions is 561210, Facilities (except computer operation) support services, and the small business size standard is $30 Mil. Federal Supply Code is Z299, Maintenance, repair/alteration/all other. Under FAR guidelines, the prime contractor must have th e capability to perform at least 50% of the contract work with his-or-her own employees. The Government will use responses to this SOURCES SOUGHT synopsis to make appropriate acquisition decisions to solicit these projects as either HubZone, Service Disab led Veteran Owned, 8(a), or small business set-asides. Proposals will be evaluated using a Best Value source selection process that will result in award of a cost-plus-award-fee contract to the responsive responsible offeror whose proposal, conforming to the solicitation, offers the Best Value to the Government, technical, past performance, and cost considered. The Government anticipates awarding a contract for one base year and four option years. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements as indicated in the Statement of Work to submit Capability Statements consisting of appropriate documentation, literature, brochures, and past performance references. Respondents must include references and a capability statement for at least two completed or current projects, for which your firm was the prime contractor (or a major subcontractor) within the last three years of work similar in size, scope and complexity. Each reference shall include cont act names, addresses, phone numbers, fax numbers, contract numbers as well as a description of the services provided, contract type (i.e., fixed price or cost), and dollar value. Proof of SBA certification for 8(a) and/or HubZone status must also be inclu ded. Respondents must indicate in their cover letter the project for which they are submitting (MS LAKES OR ARK LAKES), and if for both, only one submittal is required. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companys ability to demonstrate existing or developed expertise and experience in relation to the areas specified in the Stateme nt of Work. Any commer cial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the VCCO in tailor ing requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among HubZone, Service Disabled Veteran, or 8(a) firms or proceed with competition among all small business fi rms. Submissions that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions via email will be accepted, facsimile submissions will not. Responses to this Sources Sought may be emailed to Jack Littl e at jack.a.little@mvk02.usace.army.mil or mailed to U.S. Army Corps of Engineers, Vicksburg Consolidated Contracting Office, ATTN: Jack Little, 4155 East Clay Street, Vicksburg, MS, 39183-3435. Responses must be received no later than March 4, 2005 by 3 p.m., CST.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00774879-W 20050325/050323213434 (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.