The RFP Database
New business relationships start here

81st RD Facility Investment Services, Region F


South Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Market Research FedBizOpps Synopsis 81st Readiness Division, Facility Investment Services, Region F

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 a solicitation as a result of this market research, they each will be assigned a Procurement Identification Number such as W912HP18R1005.
The U.S. Army Corps of Engineers (USACE), South Atlantic Division, Charleston District intends to issue a future solicitation for Facilities Maintenance Services at the 81st Readiness Division, Region F to support various locations throughout South Carolina and North Carolina.


The 81st facilities being supported under the proposed contract are:
• NC007 CHARLOTTE USARC (108TH DIV)--B.1300/1330, 1330 WESTOVER
ST.--CHARLOTTE, NC 28205-5122
• NC009 CONCORD USARC--500 WILSHIRE AVENUE, SW--CONCORD, NC 28025-6413
• NC012 CARY USARC--3677 NC HWY 55--CARY, NC 27519-7126
• NC019 BG JAMES MOORE USARC--2017 WEST GARNER ROAD--GARNER, NC 27529-2619
• NC022 E. EARLE RIVES USARC--1120 NORTH CHURCH STREET--GREENSBORO, NC
27401-1008
• NC024 Greensboro USARC
• NC026 CPT CHRISTOPHER S. CASH AFRC--3000 MILL STREET--WINTERVILLE, NC 28590
• NC028 HIGH POINT USARC--156 WEST PARRIS AVENUE--HIGH POINT, NC 27262-7821
• NC031 KINSTON USARC--2695 ROUSE ROAD EXT.--KINSTON, NC 28504-7328
• NC032 THOMAS ERWIN ALLEN USARC--1400 CARTHAGE ROAD--LUMBERTON, NC 28358-3410
• NC033 MOREHEAD CITY USARC/AMSA #128--410 FISHER STREET--MOREHEAD CITY, NC
28557-4297
• NC039 ROCKY MOUNT USARC--804 FAIRVIEW ROAD--ROCKY MOUNT, NC 27801-6115
• NC040 URIAH G LUCAS USARC--1835 JAKE ALEXANDER BLVD, WEST--SALISBURY, NC
28147-1144
• NC046 WILSON USARC--4300 AIRPORT DRIVE, NW--WILSON, NC 27896-9604
• NC049 THOMAS SMOTHERS USARC--1245 MARTIN LUTHER KING JR DR--WINSTON-SALEM,
• NC 27107-1399
• NC100 AMSA #122--BLD. 1324,1330 WESTOVER STREET--CHARLOTTE, NC 28205-5124
• NC101 AMSA #128--410 FISHER STREET--MOREHEAD CITY, NC 28557-4297
• NC105 CHARLOTTE USARC #2--BLDG 1412, 1330 WESTOVER ST--CHARLOTTE, NC
28205-5124
• NC107 AMSA # 166 (G)--3000 MILL STREET--WINTERVILLE, NC 28590
• NC115 Knightdale USARC
• SC008 FRANCES MARION USARC
• SC019 MYRTLE BEACH USARC


USACE, Charleston District is therefore conducting market research to 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 issue a solicitation for a Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract. The intention of this solicitation is to obtain Facility Investment Services. The General intent of Facility Investment is:
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 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 this contract may be performed at any facility within the footprint of Region F and is not only limited to the sites listed above.


The Contractor 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 Region F, to include South Carolina and North Carolina.


It is anticipated the potential contract 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 between $5,000,000 and $10,000,000 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 $38.5 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.

Requirements for responses to this sources sought:
1. Your firm's intent to submit a proposal for this project when it is formally advertised.
2. Name of your firm, to include address, phone number, and point of contact.
3. CAGE Code, DUNS number; or a copy of current SAM record.
4. Size of firm, to include category of small business (if applicable).
5. 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, 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. 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.


Firms responding to this sources sought announcement, who 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.

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, 25 May 2018 to the attention of the Contract Specialist, Josh Hill, at william.j.hill@usace.army.mil . If you have questions concerning this announcement, please contact Josh Hill at 843-329-8208 or the email address cited herein. As an alternate, you can contact David Decker at 843-329-8016, or 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.


 


William J. Hill, Contract Specialist, Phone 843-329-8208, Email william.j.hill@usace.army.mil - David W. Decker, Contracting Officer, Phone 8433298016, Email david.w.decker@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP