Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOURCES SOUGHT

99 -- Sources Sought Announcement for Installation Support Services at Fort Benning, Georgia for the Period January 26, 2008 to July 25, 2008.

Notice Date
10/26/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, Fort Benning, Directorate of Contracting, Building 6, Meloy Hall, Room 207, Fort Benning, GA 31905-5000
 
ZIP Code
31905-5000
 
Solicitation Number
W911SF-07-0-0001
 
Response Due
11/2/2007
 
Archive Date
1/1/2008
 
Point of Contact
Virginia Turner, 706-545-6197
 
E-Mail Address
Email your questions to ACA, Fort Benning
(Virginia.Turner1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR PURPOSES OF CONDUCTING MARKET RESEARCH. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Directorate of Contracting, Fort Benning, Georgia is conducting market research to determine the extent of sources capable of performing as prime contractors on a cost reimbursable type contract for a multifunctional requirement to provide Installation Support Services at Fort Benning, Georgia for the period January 26, 2008 to July 25, 2008 (six months only) for the following 14 different functional task areas: 1. Work Classification and Management, e.g.., Standing Operating Orders (SOOs), Individual Job Orders (IJOs), Energy Management and Control Systems ( EMCS), Computer Systems, etc; 2. Buildings and Structures Maintenance, e.g.., Material Recycle Facility (MRF), Furniture Warehouse, etc; 3. Utility Systems Operation and Maintenance; 4. HVAC Systems Operation and Maintenance; 5. Grounds Maintenance; 6. Sur faced Area Maintenance; 7. Self-Help Services (Troop only); 8. Range Maintenance; 9. Installation Transportation Services; 10. Base Supply Service, e.g., Ammunition Supply Point (ASP) Operations, , Central Facility (CIF), Clothing Initial Issue Point (CIIP ), Issues, Receipts, and Warehousing, and Centralized Hazardous Materials Control Center (CHMCC); etc; 11. Material Maintenance, e.g. helicopters, tanks, including Operation of Crescenz Consolidated Equipment Pool (CCEP), etc.; 12. Cemetary Services; 13. Military Logistical Planning, Support, and Execution, e.g., Airfield Departure Arrival Center (ADAC) operations, railhead operations, etc; and 14. Remote Camp Operations, Maintenance, and Support. This requirement will cover a wide range of functions requ ired to provide complete base operations support to installation customers while focusing on quality practices. Services shall be performed at the following locations: Fort Benning and Ranger Camps located in Dahlonega, GA and Eglin Air Force Base, FL., an d Port Support Activity (PSA), Jacksonville, FL. Fort Benning is located in the lower Piedmont Region of Central Georgia and Alabama, six miles southwest of Columbus, Georgia. The anticipated North American Industrial Classification System (NACIS) code for this acquisition is 561210; small business size standard is $32.5 Million. The Government will not reimburse any concern for any information that is submitted in response to this Sources Sought request. Any information submitted is voluntary. Small Busine ss Concerns submitting responses should indicate whether they are small, small disadvantaged, 8(a), HUBZone, or woman owned. All small business concerns will be required to submit a written Capabilities Statement (upon request) demonstrating ability to per form the following: 1. The capability to manage complex, multi-functional Government requirements similar in complexity to the above stated functional task areas covering a wide range of Directorate of Public Works (DPW) and Directorate of Logistics (DOL) activities. Small Business concerns shall identify the largest, most complex contracts performed over the last five years with a description of what each contract provided, dollar value of each contract, and a point of contact with a telephone number at th e contracting activity for each contract. Small Business concerns shall indicate whether they served as prime contractor or subcontractor on the referenced contracts; 2. Gross annual receipts for the past three years; 3. Past Performance information demons trating RELEVANT past experience in any of the functional task areas referenced above; 4. Current successful teaming arrangements with other small businesses and/or large businesses. If Small Business concerns cannot perform all functional task areas as th e prime contractor, they must be capable of performing at least 50 percent of the total work if plans are to subcontract portions of work. Small Businesses shal l identify which of the 14 functional task areas they will be performing as a prime contractor. All interested business concerns are required to respond to this SOURCES SOUGHT announcement via email by November 2, 2007, 5:00, p.m., E.D.T. Contractor must be able to begin full performance of all functions on 26 Jan 2008. Responses shall not exceed 15 pages and must include company point of contact, email address, telephone number and fax number. The information provided in response to this SOURCES SOUGHT a nnouncement will be used to finalize the acquisition strategy for this requirement. All interested concerns should respond to to Virginia Turner via email at Virginia.Turner1@us.army.mil regarding this SOURCES SOUGHT. For additional information, Virginia T urner may be contacted at 706-545-6197.
 
Place of Performance
Address: ACA, Fort Benning Directorate of Contracting, Building 6, Meloy Hall, Room 207 Fort Benning GA
Zip Code: 31905-5000
Country: US
 
Record
SN01441780-W 20071028/071026223546 (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.