The RFP Database
New business relationships start here

Operation and Maintenance of Government-Owned Facilities and Equipment, Allatoona Lake, Cartersville, Georgia


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

Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Hybrid Contract with Firm Fixed-Price and Cost Plus Fixed-Fee (CPFF) Line Items to provide operation and maintenance of Government-Owned facilities and equipment by providing planning, supervision, administration, labor, equipment, materials, supplies, and in some instances, subcontracts to meet work requirements.


The Project Facility is located on the the Etowah River in Northwest Georgia-, approximately 40 miles north of Atlanta, Georgia. The project is situated in Bartow, Cobb, and Cherokee Counties, Georgia. Allatoona Lake is approximately 12,000 surface acres with 270 miles of shoreline. The project operates 9 campgrounds, 11 day use parks, 12 developed public beaches, 12 boat ramps, Allatoona Power Plant, Dam, Spillway and the Allatoona Project Management Office with hundreds of facilities contained in those areas under its operation and maintenance responsibilities.


The place of performance is Allatoona Lake Project Office, 1138 GA-20 Spur, Cartersville, Georgia 30121. The anticipated period of performance is 01 April 2018, with four additional one-year option periods.


The Statement of Work includes the following Technical Provisions (TPs):


Firm Fixed-Price: TP-1 General / Management and Administrative Personnel; TP-2 Cleaning, Custodial Services, and Refuse Removal; TP-3 Maintenance of Grass, Landscaped Areas, and Trees; TP-4 Operation of Visitor Center; TP-5 Boundary Line Clearing and Maintenance. **Government-Furnished Property will not be provided for aspects of this work.**


Cost Plus Fixed-Fee: TP-6 Maintenance of Buildings, Structures, Facilities, Trails, Mechanical, Plumbing, and Electrical Systems; TP-7 Maintenance of Signs, Barricades, Bumper Blocks, Posts, Guard Rails, Gates, Fencing, Fire Extinguishers, and Traffic Counters; TP-8 Beach Maintenance, Aids to Navigation, and Courtesy Dock Maintenance; TP-9 Natural Resource Management, Pest Species Control, Driftwood Removal, Limb Trimming and Tree Cutting; TP-10 Maintenance and Repair of Paved and Unpaved Roads, Parking Areas, Launching Ramps, Road Shoulders, Campsites, Picnic Sites, and Drainage Structures; TP-11 Maintenance of Government Vehicles and Equipment; TP-12 Personnel and Equipment Support for Powerhouse; TP-13 Hazardous Waste Operations and Emergency Response (HAZWOPER); TP-14 Emergency Services for Saddle Dikes; TP-15 Shoreline and Rip Rap Repair; TP-16 Recreation Facility Repairs. **Government-Furnished Property will be provided for aspects of this work.**


This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation.


This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement.


The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, HUBZone, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 561210, the small business standard for which is a concern, including its affiliates whose average annual gross revenues does not exceed $38.5M for the past three years.


Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions.


RESPONSE INSTRUCTIONS
Responses are requested with the following information:


1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses.


2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission.


3. Contractor shall identify the percentage of services provided to the commercial marketplace and the percentage of services provided to government agencies.


4. Documentation should be submitted with the following considerations:


a. Describe your capability and experience to provide services for maintenance, repair, minor construction, and operation of a multipurpose project that includes dam, levees, dredged material disposal areas, riprap/concrete structures, buildings, offices, maintenance facilities, operation areas, riprap/concrete structures, buildings, offices, maintenance facilities, operation areas, project roads, vehicles, equipment, floating plant, boathouses, bathhouses, washhouses, toilets, gatehouses, security and other fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, water and electrical systems, telephone lines, security systems, picnic sites, campsites, and other related facilities. Work required to perform this type maintenance includes carpentry, masonry, electrical, electronics, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, welding and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier gates, signs, bumper blocks, landscaped areas, beaches, or swimming buoys, paved roads, parking lots, trails, navigation aids, courtesy docks, and boundary lines. Services to be performed include general maintenance, cleaning, custodial service, garbage removal, grass mowing, saddle dike and overlook clearing, debris removal, repair to riprap slopes, repair to earthen slopes, excavation, and storage and disposal of hazardous and/or toxic materials. The project is used for navigation, recreation, and environmental stewardship.


b. Describe your capability and experience in the performance of similar service contracts in last 5 years for operation and maintenance of large multipurpose lake project with similar size and scope to the Allatoona Lake Project.


c. Describe your capability and experience to perform firm fixed price and cost plus contract services for operation and maintenance type services. Additionally, describe your capability and experience to perform hybrid type contract services utilizing two or more contract formats (firm-fixed price, cost plus, etc.).


d. Describe your capability and experience to provide adequate Defense Contract Audit Agency (DCAA) approved accounting system for management and tracking of costs for multiple technical provisions and business lines.


e. Provide information regarding Firm-Fixed Price and Cost Type Contracts you have performed in the last 5 years to include the contract number, dates, amount, location, and point of contact name and telephone number for verification.


The above requested information shall not exceed a total of fifteen (15) pages on 8.5" x 11" paper, 12 point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability.


Responses are due no later than December 15, 2017, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed.


Responses shall be submitted via email to Helene S. Mitchell, Contract Specialist, at helene.s.mitchell@usace@usace.army.mil. In the subject line of your email state: W91278-18-L-0008, Response to Allatoona O&M Sources Sought. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.


Helene S. Mitchell, Phone 2514416531, Email helene.s.mitchell@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP