The RFP Database
New business relationships start here

Operation and Maintenance of Government-Owned Facilities and Equipment, Lake Sidney Lanier Project Facilities in Buford, GA


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 Firm-Fixed-Price Contract with Cost Plus Fixed-Fee (CPFF) Line Items to provide maintenance, repair, and operation of facilities, vehicles, and equipment for Lake Sidney Lanier Project Facility by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts. The Lake Sidney Lanier Project currently offers recreational facilities including 31 day use parks and 6 campgrounds.

The place of performance is Lake Sidney Lanier Project Office, 1050 Buford Dam Road, Buford, GA 30518. The anticipated period of performance is 19 October 2018, with four additional one-year option periods.

The Statement of Work includes the following:

Provide services for Maintenance, Repair, Minor Construction, and Operation of the Lake Sidney Lanier Project Facility. The Project Facility is located on the Chattahoochee River in northeast GA approximately 35 miles northeast of Atlanta, GA. Cities located near the Lake Lanier Project include Cumming, Buford and Gainesville, GA. The project's boundaries lie within Gwinnett, Forsyth, Dawson, Hall and Lumpkin Counties. Lake Lanier is approximately 39,000 surface acres with 692 miles of shoreline. Lake Lanier's recreational facilities include 31 day use parks and 6 campgrounds.

The contract scope of work will include, but is not limited to, some or all of the following types of work: maintenance and repair of buildings, facilities, offices, water and electrical systems, concrete structures, maintenance facilities, operational areas, roadways, vehicles, boat docks, bathhouses, washhouses, toilets, gatehouses, security fences, sanitary disposal systems, launching ramps, playground equipment, bulletin boards, game courts, playgrounds, telephone lines, 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, signs, bumper blocks, landscaped areas, beaches, navigation 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, overlook clearing, debris removal, operation of visitor center, repair to riprap slopes, repair to earthen slopes, excavation, wildlife openings, and storage and disposal of hazardous and/or toxic materials. The project is used for recreation, hydroelectric power generation, fish and wildlife management, flood risk management, and water supply.

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.

For planning purposes, the above requirements will be addressed in the following Technical Provision (TP):

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.

COST PLUS: 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 Resources Management and Pest Species Control; TP-10 Maintenance and Repair of Paved and Unpaved Roads, Parking Areas, Launching Ramps, Road Shoulders, and Drainage Structures; TP-11 Maintenance of Government Vehicles and Equipment; TP-12 Hazardous Waste Operations and Emergency Response (HAZWOPER); TP-13 Emergency Services for Saddle Dikes; TP-14 Shoreline and Rip Rap Repair (Erosion Control); TP-15 Dead/Hazardous Tree and Limb Removal; TP-16 Facility Repair; TP- 17 Non-Household Refuse Removal.

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 Lake Sidney Lanier 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 contract services that successfully demonstrate contractor's timeliness/effectiveness of contract problem resolution without extensive customer guidance.

e. Describe your capability and experience to provide effective on-site management, including management of subcontractors, suppliers, materials, and labor force. Also, describe your capability and experience to hire, apply, and retain a qualified workforce for this effort.

f. 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.

g. Describe your capability and experience to timely and accurately submit monthly invoices with appropriate supporting documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns).

h. Describe your capability and experience to simultaneously manage multiple projects and disciplines.

i. Describe your capability and experience to incorporate and manage changes of requirements and/or priorities within scope of contract including planning, execution and response to customer changes.

j. Describe your capability and experience to successfully respond to emergency and/or surge situations (including notifying Contracting Officer Representative or Contracting Officer in a timely manner regarding urgent contractual issues).

k. Describe your capability and experience to execute a successful quality control program.

l. Describe your capability and experience to execute a successful safety program to include ability to maintain an environment of safety, adhere to its approved safety plan, and respond and correct safety issues.

m. Provide information regarding Cost Type Contracts you have performed to include the contract number, dates, amount, location, final rating, 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 09 June 2017, 2:00 p.m. CDT. Responses received after this date and time may not be reviewed.

Responses shall be submitted via email to Sophia M. Chin, Contract Specialist, at sophia.m.chin@usace.army.mil. In the subject line of your email state: Response to Lanier O&M. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.

Sophia M. Chin, Phone 2516903349, Email sophia.m.chin@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP