SOURCES SOUGHT
Z -- OPERATION AND MAINTENANCE OF THE MISSISSIPPI LAKES
- Notice Date
- 1/19/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE10R0001
- Response Due
- 2/4/2010
- Archive Date
- 4/5/2010
- Point of Contact
- Demetric Erwin, 601-631-5951
- E-Mail Address
-
US Army Corps of Engineers, Vicksburg District
(demetric.erwin@mvk02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CONTRACTING OFFICE ADDRESS U. S. Army Corps of Engineers, Vicksburg Contracting Office (VCO), Service and Supply Branch, 4155 East Clay Street, Vicksburg, MS, 39183-3435 Description THIS IS A SORCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION AVALIABLE. For information purposes, the DRAFT Statement of Work will be available online at http://www.fbo.gov/. The solicitation number for this announcement is W912EE-10-R-0001. VCO solicits for Capability Statements from all qualified and interested 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 the following projects: Arkabutla, Sardis, Enid, and Grenada Lakes in the State of Mississippi. The MS LAKES project has historically averaged between $8 and $10 Million per year. The NAICS Code for the proposed acquisition is 561210, Facilities (except computer operation) support services, and the small business size standard is $35.5 Mil. Federal Supply Code is Z299, Maintenance, repair/alteration/all other. Under FAR guidelines, the prime contractor must have the 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 Disabled 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-fixed-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 contact 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 included. 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 Statement of Work. Any commercial 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 VCO in tailoring 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 firms. 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 Demetric T. Erwin at Demetric.Erwin@usace.army.mil or mailed to U.S. Army Corps of Engineers, Vicksburg Contracting Office, ATTN: Demetric T. Erwin, 4155 East Clay Street, Vicksburg, MS, 39183-3435. Responses must be received no later than February 4, 2010 by 4:30p.m., CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE10R0001/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02044270-W 20100121/100119234544-7bab13823a1a822c91098ec844c69d5d (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 |