Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
MODIFICATION

M -- Group Site Management

Notice Date
11/21/2006
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Federal Supply Service (FSS), GSA, FSS, Heartland Region (6FC and 6FL), 1500 East Bannister Road, Kansas City, MO, 64131, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
6FLS-H9-06F002
 
Response Due
10/27/2006
 
Archive Date
12/31/2006
 
Point of Contact
Nathan Stewart, Procurement Analyst, Phone 816-823-3356, Fax 816-926-3678, - Amy Lara, Contract Specialist, Phone (816) 926-2783, Fax (816) 823-3109,
 
E-Mail Address
nathan.stewart@gsa.gov, amy.lara@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Added 11/21/06: At FEMA?s request, GSA has suspended work on the maintenance and deactivation and group site management acquisitions. Both agencies are working together to evaluate the current acquisition strategy. General Services Administration (GSA) is currently seeking potential sources for Group Site Management in support of the Federal Emergency Management Agency?s (FEMA) mission. The scope of work includes, managing group sites of up to 600+ sites, grounds maintenance (please see statement of work for a complete listing of tasks), pest control, recycling, electrical system inspection and repair, trash disposal, painting and minor construction. This synopsis/market survey is for Group Site Management ? 6FLS-H9-06F002 All statements about the RFP assume that the decision will be made to issue the RFP. The RFP will be a combination Firm Fixed Price/Indefinite Quantity Performance-Based Contract, handled under Best Value Source Selection Procedures. In addition, the RFP will be to establish a one year contract with four option years. The total duration, including the option years, shall not exceed 5 years. The start date is estimated to be 4/01/2007 and the estimated end date is 3/31/2012. The RFP will be to establish multiple awards for indefinite delivery indefinite quantity contracts for three separate regions (one set of IDIQ contracts for each region): Southeast Region: Florida, Georgia, North Carolina, South Carolina, Kentucky, Tennessee Mid-Atlantic Region: Maryland, Delaware, Virginia, West Virginia, Pennsylvania, Ohio, D.C. Midwest Region: Illinois, Wisconsin, Iowa, Kansas, Missouri, Nebraska, Indiana, Michigan, Minnesota Task orders will be competed among the IDIQ contract holders for a specific region (Please pay special attention to 52.226-3, 52.226-4, and 52.226-5. The North American Industry Classification System (NAICS) is 561210, and the size standard is $32,500,000.00. This is not a request for proposal and any attachments or information provided are draft versions only. A market survey is being conducted to determine interest and capability of potential sources from any 8(a), HUBZone, Service Disabled Veteran-Owned Small Businesses, and/or general Small Business offerors. Meetings for Maintenance and Deactivation of Manufactured Homes and Travel Trailers will be held in the mornings (8:30 to 11:30) and meetings for Group Site Management will be held in the afternoons (1:00 to 4:00). All times given are local times. Pre-solicitation conferences will be held at the following locations, dates, and times: Exact addresses will be provided as soon as they are available. Tampa, FL ? September 28th, 2006 Atlanta, GA ? October 3rd, 2006 Cleveland, OH ? October 5th, 2006 Baltimore, WA ? October 10th, 2006 Chicago, IL ? October 12th, 2006 Kansas City, MO ? October 17th, 2006 The objectives of the conferences will be to maximize small business participation, answer questions that the firm?s have regarding the overall procurement, draft solicitation and draft statement of work and also to gather input from industry to refine these documents prior to the RFP. Firm?s interested in attending a conference should submit the name of their firm, the name(s) of the participant(s), and the conference they will be attending to nathan.stewart@gsa.gov with ?Conference? in the subject line. This will also add them to a list to receive email updates if the date and time for the conference they are attending is changed (this information will also be posted on FedBizOpps). All interested parties are invited to respond by submitting a statement of capabilities (SOC). STATEMENT OF CAPABILITIES SUBMITTAL REQUIREMENTS: The Statement of Capability (SOC) will be the basis for GSA?s decision to establish this requirement as a competitive 8(a), 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 Statement of Capabilities (SOC), which describes in detail the firm?s capability of providing the above services for the regions listed. 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. Register in the Contractor Registration (CCR) database 7. 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 three (3) previous projects completed within the last five (5) years that are over 75 trailers. Include prior experience of key company personnel and all planned subcontractors experience in similar services. 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 Project Title; (b) Name of contracting activity; (c) Administrative contracting 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 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. 11. Provide comments on any attached documents or general comments about the proposed procurement. The SOC must be complete and sufficiently detailed to allow GSA to determine the firm?s qualifications to perform the defined work. The SOC must be submitted electronically as an attachment to an email in one of the two listed formats (Word (.doc), Rich Text Format (.rtf)), with a table of contents and each section clearly identifiable by the numbers listed above. Failure to present the SOC in the correct format may result in the information being provided not being included in the market survey. Questions and submittals should be made to nathan.stewart@gsa.gov with ?6FLS-H9-06F002? in the subject line. Failure to properly identify the email in the subject line may result in the email being overlooked or filtered out. Potential offeror?s SOC should be received no later than October 27th, 2006 at 5:00 p.m. EST to ensure that it is included in the market survey results.
 
Place of Performance
Address: PLEASE SEE DESCRIPTION FOR PLACE OF CONTRACT PERFORMANCE - VARIOUS LOCATIONS
Zip Code: 64131
Country: UNITED STATES
 
Record
SN01185169-W 20061123/061121221119 (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.