Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

Z -- Facilities Maintenance Services primarily at DLA Defense Distribution Centers Worldwide - W912HN10RDLA1 Questionnaire

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-10-R-DLA1
 
Archive Date
5/8/2010
 
Point of Contact
Laurie A. Cordell, Phone: 8433298081, Lauri Newkirk-Paggi, Phone: 843-329-8061
 
E-Mail Address
Laurie.A.Cordell@usace.army.mil, lauri.j.paggi@usace.army.mil
(Laurie.A.Cordell@usace.army.mil, lauri.j.paggi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Estimated square footage of DLA Distribution Ctrs Required submittal, due NLT 4:00 PM Eastern 4-23-10 THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this synopsis. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue solicitations as a result of this market research, they each will be assigned a Procurement Identification Number such as W912HN-10-R-XXXX. The U.S. Army Corps of Engineers (USACE), South Atlantic Division, Charleston District intends to issue future solicitations for Facilities Maintenance Services primarily at the Defense Logistics Agency's (DLA) Defense Distribution Centers (DDC) worldwide; however, the scope will also include Federal and other facilities within the resulting geographical regions, on a limited basis. The DDC facilities are in the following locations (see attachment for approximate square footage): Anniston, Alabama Albany, Georgia Jacksonville, Florida Norfolk, Virginia Richmond, Virginia Mechanicsburg, Pennsylvania New Cumberland, Pennsylvania Tobyhanna, Pennsylvania Warner Robins, Georgia Barstow, California Cherry Point, North Carolina Corpus Christi, Texas San Diego, California Hill, Utah Puget Sound, Washington San Joaquin-Sharpe, California San Joaquin-Tracy, California Oklahoma City, Oklahoma Red River, Texas Pearl Harbor, Hawaii Other Countries: Yokohama & Yokosuka, Japan Camp Carroll, Korea Guam, Marianas Germersheim, Germany Sigonella, Italy USACE Charleston District is therefore conducting market research to (1) seek industry assistance/input to determine the most appropriate combination of geographic regions for these services, and (2) determine the availability of qualified contractors to compete under potential solicitations resulting from this announcement. Responses to this synopsis will be used as a market research tool in order to determine how the upcoming solicitations will be advertised. SUMMARY OF REQUIREMENTS: USACE Charleston District intends to solicit and award regional Indefinite Delivery Indefinite Quantity (IDIQ) Task Order Contracts for all supervision, labor, transportation, tools, materials, supplies, vehicles, and equipment necessary to properly perform O&M activities that generally include preventative maintenance, repairs, painting, trouble shooting existing systems, servicing existing operations, emergency services, and limited construction alteration, renovation and/or repair activities. Scope will include timely response to Maintenance Service Orders based on classification of the request, i.e. routine or emergency, for services such as repairs, and/or replacement of equipment, materials, and supplies for general facility maintenance. General facility maintenance tasks will include, but not be limited to: Building electrical systems: Repair or modifications to circuits, power panels, lighting, workstations, motorized cargo doors, etc. Plumbing systems: Repairs to drains, automatic and manual flush-o-meters and faucets, water leaks, and pipe repairs. Mechanical systems: Repairs to HVAC, refrigeration leaks, Freon, programmable temperature controls, roof fans, window type A/C units, and whole building refrigeration equipment. Structural systems: Carpentry and painting, building with steel stud construction, laying/replacing vinyl floor tile, adjusting doors to fit/close properly, move furniture, install workstations, repair/replace door hardware, small painting, repair drywall and suspended ceilings. Modifications such as office renovations, installation of new equipment, removal of old equipment, alterations to inside floor plans. It is anticipated the IDIQs will be for a period of one (1) base year and four (4) option years, not to exceed five (5) years. The magnitude of services is estimated at $48.5 million over a five (5) year period. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 561210, Facilities Support Services. The Small Business Size Standard is $35.5 Million. Various other NAICS codes and size standards may apply, depending on specific task order projects that may be awarded under potential future contracts. This sources sought synopsis is open to both large and small businesses, and both business categories are encouraged to submit responses. Those small business firms responding should identify ALL categories pertaining to your business: Small Disadvantaged Business (SDB), certified 8(a), certified HUBZone, Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB). A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. Interested business concerns are requested to complete and return via email the attached Market Survey Questionnaire. Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 4:00 PM Eastern time Friday, April 23, 2010 to the attention of the Contract Specialist, Laurie Cordell, at Laurie.A.Cordell@usace.army.mil. If you have questions concerning this announcement, please contact Ms. Cordell at 843-329-8081 or the email address cited herein. Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information only. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-R-DLA1/listing.html)
 
Record
SN02114747-W 20100409/100407234718-aa40fa016cec79fec8fcc507a334b1b6 (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.