Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOURCES SOUGHT

J -- 81st RD Facility Investment Services (FIS) Region P

Notice Date
8/14/2020 7:53:34 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP20S1009
 
Response Due
8/28/2020 11:00:00 AM
 
Archive Date
11/30/2020
 
Point of Contact
Melissa Rada, Contract Specialist, David W. Decker
 
E-Mail Address
melissa.s.rada@usace.army.mil, david.w.decker@usace.army.mil
(melissa.s.rada@usace.army.mil, david.w.decker@usace.army.mil)
 
Description
SOURCES SOUGHT / MARKET RESEARCH 81st Readiness Division (RD), Facility Investment Services (FIS), Region P PURPOSE OF THIS ANNOUNCEMENT: THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this Sources Sought (RFI/Market Research) announcement. 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 a solicitation as a result of this market research, it will be assigned a Procurement Identification Number such as W912HP20R1009. The U.S. Army Corps of Engineers (USACE), South Atlantic Division, Charleston District intends to issue one future solicitation resulting in a single contract for Facilities Investment Services (FIS) at 81st Readiness Division (RD) Facilities at various locations throughout Puerto Rico. PLACES OF PERFORMANCE / LIST OF SITES: IMPORTANT: The Government is seeking one prime contractor to manage the performance of all of these services at all of the 81st RD facilities listed below. The 81st RD facilities being supported under the proposed contract for 81st RD FIS, Region P are: PR001 CPL JUAN G. ROSARIO USARC; 509 VICTORIA AVENUE, AGUADILLA, PR 00605 PR010 LTC HERNAN G. PASQUERA USARC; ROAD NO 149 KM 2, JUANA DIAZ, PR 00664 PR011 CPT. PEDRO J. PARRA USARC; ROAD NO. 2 KM 2.0 (BY PASS), PONCE, PR PR012/PR098 CPT E. RUBIO JR USARC; BELCAIRE ST, CAPARRA HEIGHTS, PUERTO NUEVO, PR 00920 PR013 RAMEY USARC; BLDG 807, OLD RAMEY AIR FORCE BASE, CLIFF ROAD, AGUADILLA, PR PR015/PR042 CEIBA USARC; BARNES ST, BLDG 2297 NAVAL STATION ROOSEVELT ROADS, CEIBA, PR 00735 PR016 PFC SANTOS CRUZ AVILES USARC; ROAD NO. 1 KM 32.0, SALINAS PR017 PFC LUIS GARCIA OLIVERAS USARC; ROAD NO. 127, YAUCO, PR PR024 USARC BLDGS 323, 324, 325, FORT ALLEN, ROAD NO 149, KM 2, JUANA DIAZ, PR PR027 AMSA; ROAD NO. 28, GUAYNABO, PR PR044 MAYAGUEZ AFRC; ROAD 342 KM 1.2, MAYAGUEZ, PR USACE, Charleston District is therefore conducting market research to determine the availability of qualified contractors to compete under the potential solicitation resulting from this announcement. Responses to this Sources Sought announcement will be used as a market research tool in order to determine acquisition strategy, Small Business Set-Aside category(ies) (if any), and how the upcoming solicitation will be advertised. SUMMARY OF REQUIREMENTS: USACE Charleston District intends to issue a solicitation potentially resulting in one Firm Fixed Price, Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Facility Investment Services (FIS) at 81st RD facilities throughout Puerto Rico. The intention of this potential future solicitation will be to obtain Facility Investment Services (FIS). The General intent of Facility Investment Services (FIS) is for Sustainment, Restoration and Modernization (SRM) sub-functions. The SRM requirements within this sub-annex primarily consist of infrastructure sustainment and minimal restoration and modernization work. Sustainment is the maintenance and repair necessary to keep an inventory of facilities and other assets in good working order. Restoration and modernization normally consists of major rehabilitation and capital improvements that is accomplished through other Army programs. Some major repair, minor construction and stand-alone demolition may be accomplished as part of sustainment. This can include but is not limited to: (1) Service Calls, both emergency, and routine: various locations; (2) Preventive Maintenance (PM) for a wide variety of equipment and systems: various locations; (3) Inspection, Testing, and Certification for various types of equipment: various locations; (4) Other Recurring Services for the inspection and repair of equipment and systems: various locations; (5) Repair, restoration, and modernization requirements which are beyond the scope of service calls, as well as related tasks such as preparation for and restoration from accidents and natural disasters. Task Orders issued under these contracts may be performed at any facility within the footprint of the specified region and is not only limited to the sites listed above. The Contractor(s) shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to provide these services at locations within the geographical boundaries of 81st RD Region P to include all of Puerto Rico. Full details will be provided in the Performance Work Statement (PWS), which will be posted with the formal solicitation.� It is anticipated that a potential contract will be for a period of one (1) base year, four (4) twelve (12) month option periods; and one (1) six (6) month option period for a potential total of 5 years and 6 months of services. The magnitude of services is estimated at between $5,000,000 and $10,000,000 over a 5 year and 6 months 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 $41.5 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 announcement 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 Business, Small Disadvantaged Business (SDB), certified 8(a), certified HUBZone, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and/or 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. REQUESTED INFORMATION In response to this Sources Sought, submit the following required information: Your firm's intent to submit a proposal for this project when it is formally advertised. Indicate whether your firm can successfully perform the required work. Name of firm, to include address, phone number, and point of contact. CAGE Code, DUNS number; or a copy of current SAM record. Size of firm, to include category(ies) of small business (if applicable). Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work. This should include documentation of past experience and competence in delivering similar requirements, with multiple locations for which your firm was the prime contractor, including contract number, project location, description of work requirements, contact and phone number for each effort and other references. The potential contract to be awarded will require the prime contractor to concurrently manage multiple facilities at different sites across the particular region. Therefore, demonstrate your firm�s capabilities in managing multiple sites/locations concurrently. This SOC should be no more than five (5) pages in length and identify the types of projects, the services which were provided, and any special challenges encountered and innovations delivered as a result. Responses to this Sources Sought announcement which fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this Sources Sought announcement. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECTED REQUIREMENT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT.� Interested business concerns are requested to provide the requested information above. Your electronic submittal shall NOT exceed five (5) pages, and shall be submitted no later than 2:00 PM Eastern time Friday, 28�August 2020 to the attention of the Contract Specialist, Melissa Rada (Melissa.S.Rada@usace.army.mil) and the Contracting Officer, David Decker at (David.W.Decker@usace.army.mil).� 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
SAM.gov Permalink
(https://beta.sam.gov/opp/d8114bef34b04d68a826dfa9f82acc8c/view)
 
Place of Performance
Address: PR, USA
Country: USA
 
Record
SN05759776-F 20200816/200814230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.