Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
DOCUMENT

M -- Operation and Maintenance of Corp of Engineer Lake Projects - Solicitation 1

Notice Date
2/13/2009
 
Notice Type
Solicitation 1
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-R-0003
 
Response Due
3/16/2009 12:00:00 PM
 
Archive Date
3/31/2009
 
Point of Contact
John Mayo,, Phone: 9102514884, Candy Rudner,, Phone: 9102514436
 
E-Mail Address
John.P.Mayo@USACE.army.mil, Candy.S.Rudner@USACE.Army.Mil
 
Small Business Set-Aside
8a Competitive
 
Description
The U. S. Army Corps of Engineers, Wilmington Office of the Savannah Regional Contracting Center intends to issue a request for proposal (RFP) for Operation and Maintenance (Facility Support Services) at the Philpott Lake Project in Bassett, Virginia and the W. Kerr Scott Dam and Reservoir Project in Wilkesboro, North Carolina. These projects are being solicited together in one (1) solicitation but will result in two (2) separate contract awards. Interested offerors may submit a proposal on one or both Project areas (Philpott Lake Project and/or W. Kerr Scott Reservoir Project) Description of Philpott Lake: The Philpott Lake Project is a multi-purpose project with 6500 acres of land, 2830 acres of water, and 100 miles of shoreline overlapping the boundary of three counties (Henry, Franklin, and Patrick) of South Central Virginia. Nestled in the rugged foothills of the Blue Ridge Mountains in Bassett, Virginia. The Philpott Lake Project is a regional attraction noted for its awesome mountain expanses and serene beauty. The project authorized purposes are flood control, hydropower, recreation, fish and wildlife management, and water supply. The Philpott Lake Project operates four campground and day use combination parks, one water accessible campground, five (2 major and 3 moderate use) day use areas, one water accessible picnic area, five swim beaches, eight launch ramps, and a 7600 square foot Visitor Assistance Center as a major part of its operation and maintenance responsibilities. Description of W. Kerr Scott Dam and Reservoir Project: The W. Kerr Scott Reservoir Project’s authorized purposes are Flood Control, Water Supply, Recreation, and Environmental Stewardship. The project receives approximately 900,000 visitors annually. The project is located approximately 60 miles northwest of Winston-Salem NC on the Yadkin River. The project is comprised of 3,754 acres of fee owned land and 1,470 acres of water with 56 miles of shoreline located all in Wilkes County, NC. The project operates 3 major campgrounds, 6 beaches, 8 picnic areas, 6 boat ramps, 2 canoe launches, 20 miles of trail, and 5 Wildlife Management Areas (WMA). The dam is 1,740 ft. in length. The Project has a 7872 square foot Visitor Assistance Center as a major part of its operation and maintenance responsibilities. Responsibilities of the Contractor: The Contractor will be responsible for and will provide all planning, programming, administration, management, supervision, maintenance of accurate and complete records and files, quality control inspection, personnel, materials, supplies, parts, tools, equipment and vehicles, except as otherwise provided, necessary to operate and maintain Government owned facilities and equipment for the Philpott Lake Project and/or the W. Kerr Scott Reservoir Project. Contract scopes of work will be Project specific for each Project and will include some or all of the following types of work: (a) cleaning services; (b) maintaining buildings, structures, mechanical, electrical, water supply and sewage disposal systems; (c) maintenance of grass, trees and landscaped areas; (d) maintenance and repair of equipment, boats, trailers and attachments; (e) maintenance of office equipment and communications radios; (f) maintenance of earthen dams, dikes, riprap, ramps, beaches, berms, and bulkhead walls; (g) maintenance and repair of signs, trails, walkways, roads, barricades, gates, parking areas, wheel stops, fencing and posts; (h) natural resource management to perform wildlife and/or fisheries habitat enhancement work; (i) boundary line maintenance; (j) maintain Lake navigation aid systems and courtesy docks and remove encroachments and refuse; (k) minor construction and shoreline stabilization to repair or construct impact sites, small operational buildings, bulkheads and gabion walls, swales, ramps, and berms; (l) provide emergency spill response support; (m) perform maintenance services of lighting systems, including interior and exterior lamps and luminaries; (n) maintain powerplant buildings to include maintenance and repair of buildings, structures, water and sewage systems, heat and air conditioning systems, electric motors, pumps, fire extinguishers and alarm systems; (o) industrial cleaning of shop equipment, turbine pits, ditches, sumps; (p) maintenance and repair of government vehicles and equipment; (q) load testing and cleaning of bridge and gantry cranes; (r) elevator maintenance; cleaning of intake screens and gratings; and (s) crane work and hauling services. The RFP will be issued on or about 8 December 2008. It is anticipated a pre-proposal conference/site visit will be held. The solicitation is 100% set aside for 8(a) Small Businesses. It is the Government’s intent to award a Cost-Plus Award Fee contract for each project location separately. The North American Industry Classification System Code (NAICS) is 561210 with a small business size standard of $32,500,000. The resulting contracts will be for a base period of one year with four one year options. The range of estimated total cost for the base year plus four option years is between $1,000,000 and $5,000,000 for the Philpott Lake Project and between $1,000,000 and $5,000,000 for the W. Kerr Scott Project. There is no guarantee that options on the follow-on years will be exercised. Any award to be made from the upcoming solicitation will be based on the best overall (i.e. best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the three (3) evaluation factors: Technical, Past Performance, and Cost. Technical is more important than Past Performance. The Technical factor is comprised of two (2) sub-factors: Soundness of Approach and Management. Soundness of Approach is more important than Management. Technical and Past Performance, when combined, are significantly more important than Cost. Offerors will be evaluated independently for the Philpott Lake Project and independently for the W. Kerr Scott Project. Pursuant to FAR 16.301-3, no award will be made to an offeror that does not have an adequate cost accounting system for determining costs applicable to the contract. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR). Offerors must also register on the ORCA website for online representations and certifications. The offer due date will be stated in the solicitation. The entire solicitation will be made available only on the FedBizOpps website at http://www.fedbizops.gov. Paper copies will not be available. No telephone, faxed or mailed requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firm’s physical address, telephone number, a valid fax number and a point of contact. All notifications of changes to this solicitation shall be made through the Internet. Therefore, offerors who have registered are required to review the Internet daily for any posted changes to the solicitation. Questions regarding this acquisition should be addressed to John.P.Mayo@USACE.Army.Mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2009-01-27 14:25:27">Jan 27, 2009 2:25 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2009-02-13 16:02:34">Feb 13, 2009 4:02 pm Track Changes The U. S. Army Corps of Engineers, Wilmington Office of the Savannah Regional Contracting Center is hereby issuing the attached request for proposal (RFP) for Operation and Maintenance (Facility Support Services) at the Philpott Lake Project in Bassett, Virginia and the W. Kerr Scott Dam and Reservoir Project in Wilkesboro, North Carolina.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dbc5958eb1e7dcd3c4251ac8763fcd08&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Section 1 of 8. Solicitation Package. (CPAF Solicitation-Part 1.pdf)
Link: https://www.fbo.gov//utils/view?id=ee4aa9dd38679b9af9498f867c4dba31
Bytes: 588.83 Kb
 
File Name: Section 2 of 8. Solicitation Package. (CPAF Solicitation-Part 2.pdf)
Link: https://www.fbo.gov//utils/view?id=c4d4921d4df7cddd4773f60e9998dfe2
Bytes: 2,811.24 Kb
 
File Name: Section 3 of 8. Solicitation Package. (CPAF Solicitation-Part 3.pdf)
Link: https://www.fbo.gov//utils/view?id=305449f9a1afed3d8329b6a160b8cdec
Bytes: 2,183.58 Kb
 
File Name: Section 4 of 8. Solicitation Package. (CPAF Solicitation-Part 4.pdf)
Link: https://www.fbo.gov//utils/view?id=d54c93b84259485eed2d6c0b0aa16215
Bytes: 2,792.52 Kb
 
File Name: Section 5 of 8. Solicitation Package. (CPAF Solicitation-Part 5.pdf)
Link: https://www.fbo.gov//utils/view?id=da1b6fcc7462eac6c77b5bde555ed9c8
Bytes: 4,566.82 Kb
 
File Name: Section 6 of 8. Solicitation Package. (CPAF Solicitation-Part 6.pdf)
Link: https://www.fbo.gov//utils/view?id=cf0e050697145b2aeb3c4dc523ccab0f
Bytes: 1,774.10 Kb
 
File Name: Section 7 of 8. Solicitation Package. (CPAF Solicitation-Part 7.pdf)
Link: https://www.fbo.gov//utils/view?id=585625bcfd8a2d4c51a5c701d3c92140
Bytes: 1,546.01 Kb
 
File Name: Section 8 of 8. Solicitation Package. (CPAF Solicitation-Part 8.pdf)
Link: https://www.fbo.gov//utils/view?id=30bb02aad406627362ef9a257f9dee02
Bytes: 1,291.09 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01750442-W 20090215/090213215813-dbc5958eb1e7dcd3c4251ac8763fcd08 (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.