Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOURCES SOUGHT

R -- Facilities Operations Support Services

Notice Date
11/17/2006
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest, 201 Decatur Avenue Building 1A, Great Lakes, IL, 60088-5600, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PR-USMC-MOBCOM-2006
 
Response Due
12/17/2006
 
Archive Date
1/1/2007
 
Point of Contact
Elizabeth Green, Contract Specialist, Phone 847-688-2600x155, Fax 847-688-6567,
 
E-Mail Address
elizabeth.green1@navy.mil
 
Description
SOURCES SOUGHT ? FACILITIES SUPPORT SERVICES CONTRACT AT UNITED STATES MARINE CORPS MOBILIZATION COMMAND, LOCATED IN THE STATE OF MISSOURI General Information: Document Type: Sources Sought Notice Posted Date: November 17, 2006 Response Date: December 17, 2006 Classification Code: R - Facilities Operations Support Services NAICS Code: 561210 ? Facilities Support Services (Contractors) Size Standard: $32.5 million Contracting Office: Department of the Navy Naval Facilities Engineering Command Midwest 201 Decatur Avenue, Building 1A Great Lakes, IL 60088 Point of Contact: Ms. Liz M. Green, (847)688-2600 extension 155 or josie.guy@navy.mil or Mr. Richard J. Simon, (847)688-2600 extension 129 or rick.simon@navy.mil Place of Performance: United States Marine Corps Mobilization Command, Kansas City, Missouri Purpose: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS, BUT INSTEAD IS A MARKET RESEARCH TOOL TO DETERMINE THE AVAILABILITY AND ADEQUACY OF POTENTIAL SOURCES PRIOR TO ISSUING THE RFQ. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. IT IS NOT THE INTENTION OF THE GOVERNMENT TO ENTER INTO A CONTRACT BASED ON THIS NOTICE, OR TO OTHERWISE PAY FOR INFORMATION THAT IS SUBMITTED. IF THE GOVERNMENT DECIDES TO CONTRACT FOR THIS EFFORT, IT WILL ISSUE A REQUEST FOR QUOTE (RFQ) AT A LATER DATE. A ONE-YEAR COMPETITIVE CONTRACT/AWARD IS ANTICIPATED WITH A FOUR-YEAR OPTION. Acquisition Description: The Naval Facilities Engineering Command Midwest is currently seeking potential sources for a Facilities Support Services contract for the USMC Mobilization Command (MOBCOM). The Government will use responses to this Sources Sought Market Survey to make appropriate acquisition decisions. A decision will be made to issue this solicitation a competitive set-aside for Service Disabled Veteran Owned, HubZone Small Business, or general Small Business contractors. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. The estimated cost of this acquisition is between $750,000.00 and $1,000,000.00 annually. Scope of Work: The scope of work includes all labor, supervision, management, tools, materials, equipment, facilities, and transportation, necessary for facilities support and related equipment maintenance and repair for the USMC MOBCOM state of Missouri. This contract will include pest control services, janitorial services and HVAC related services. This contract will not include grounds maintenance and refuse services. If issued the RFP will be a combination Firm Fixed Price/Indefinite Quantity Performance-Based Contract. It is anticipated that a contract will be awarded for a period of one year with four (12-month) option years. The total duration, including the exercise/award of any options, shall not exceed five years. Statement of Capabilities Submittal Requirements: The Statement of Capability (SOC) will be the basis for the Navy?s decision to establish this requirement as a sole source 8(a), or a competitive HUBZone, Service-Disabled Veteran-Owned Small Business set-aside acquisition, or a Small Business Set-Aside acquisition. Interested 8(a), HUBZone, Service-Disabled Veteran-Owned Small Businesses, or Small Businesses must submit a SOC, which describes in detail the firm?s capability of providing the above services at the United States Marine Corps Mobilization Command, in the state of Missouri. Your SOC shall include the following: (1) Full name and address of the firm. (2) Year firm was established. (3) Names of two principals to contact (including title, telephone and fax numbers). (4) Provide proof of 8(a) certification, HUBZone Certification or Service-Disabled Veteran Owned Small Business status or Small Business status. (5) If responding as an 8(a), provide the name and phone number of your SBA Business Opportunity Specialist. (6) Proof of registration in the Department of Defense Central Contractor Registration (CCR) database. (7) Provide a Positive Statement of eligibility as an 8(a) under NAICS Code 561210, with an average annual gross revenue of not more than $32.5 million for the last three complete fiscal years. (8) Certifications/Resumes and past performance documentation of a minimum of five (5) previous projects completed within the last five (5) years that are similar in size, scope and complexity to this project. Include prior experience of key company personnel and all planned subcontractors, experience in providing HVAC maintenance and repair. (9) Information relative to past performance on contracts of this type. The quality of work previously performed and the relative capability of the firm to effectively accomplish the work requirements of a contract similar to the one proposed will be assessed based on references provided by the firm. Include information for similar contracts currently in progress or completed within the last five years. The following information (Government or Commercial) shall be provided for each of your references: (a) Contract Number and/or Project Title; (b) Name of contracting activity; (c) Administrative contract officer?s name, current telephone number; (d) Contracting officer?s technical representative or primary point of contact name and current telephone number; (e) Contract type (e.g. firm fixed price, cost plus, requirement or combination); (f) Period of performance (start and completion dates); (g) Basic contract award amount and final contract value; (h) Summary of contract work. (10) Provide information on any proposed teaming arrangements. Any joint ventures with 8(a) members will have to comply with CFR Title 13, Section 124.513. The SOC must be complete and sufficiently detailed to allow the Navy to determine the firm?s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard bond paper, with a Table of Contents in a 3-ring binder with each section tabbed. Interested parties shall mail or hand-deliver their responses to NAVFAC Midwest, Attention: Liz Green, Contract Specialist, 201 Decatur Avenue, Building 1A, Great Lakes, Illinois 60088-5600. Receipt of potential offeror?s SOC shall be received no later than December 17, 2006 at 4:00 p.m. local time.
 
Place of Performance
Address: NAVFAC MIDWEST/PWD CENTRAL, 201 DECATUR AVENUE, BLD 1A, GREAT LAKES, ILLINOIS
Zip Code: 60088-5600
Country: UNITED STATES
 
Record
SN01183362-W 20061119/061117221100 (fbodaily.com)
 
Source
FedBizOpps 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.