Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 02, 2025 SAM #8558
SOURCES SOUGHT

M -- Operation and Maintenance of Government-Owned Facilities and Equipment, Black Warrior-Tombigbee and Alabama River Waterways Project Facilities.

Notice Date
4/30/2025 8:21:20 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W074 ENDIST MOBILE MOBILE AL 36602-3630 USA
 
ZIP Code
36602-3630
 
Solicitation Number
W9127825L0039
 
Response Due
5/16/2025 3:00:00 PM
 
Archive Date
05/31/2025
 
Point of Contact
Kevin Williams, Phone: 2516902078, Erica Collins, Phone: 2516562152
 
E-Mail Address
kevin.h.williams@usace.army.mil, erica.m.collins@usace.army.mil
(kevin.h.williams@usace.army.mil, erica.m.collins@usace.army.mil)
 
Description
Subject: Operation and Maintenance of Government-Owned Facilities and Equipment, Black Warrior-Tombigbee and Alabama River Waterways Project Facilities. Text: Market Research and Sources Sought Notice for information on capability and availability of potential contractors interested in proposing on a Firm-Fixed-Price Contract with Cost Plus Fixed-Fee (CPFF) Line Items to provide maintenance, repair, and operation of facilities, vehicles, and equipment at the Black Warrior-Tombigbee and Alabama River Waterways Project Facilities by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts. The anticipated period of performance will begin 01 September 2026, with four (4) additional one-year option periods, total of five (5) years. The Statement of Work includes the following: The overall purpose of this contact is to provide for the maintenance, repairs, and minor construction of Government owned facilities and equipment on the Black Warrior-Tombigbee (BWT) and Alabama River Projects to include offices, BWT recreation areas, lock and dams, equipment and vehicles, power plants, dredge material disposal areas, and other identified areas. The facilities to be maintained are located in 13 counties in Alabama (Washington, Clarke, Marengo, Choctaw, Sumter, Hale, Greene, Tuscaloosa, Monroe, Wilcox, Dallas, Lowndes, and Autauga Counties) on the Black Warrior and Tombigbee (BW&T) River System and the Alabama River System. The project is operated under the direction of Mobile District, U.S. Army Corps of Engineers, Mobile, Alabama. The contract scope of work will include, but is not limited to, some or all of the following types of work: maintenance and minor repair of locks dams, levees, riprap/concrete structures, flow structures, buildings, offices, maintenance facilities, operation areas, project roads, vehicles, 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, picnic sites, campsites, and other related facilities. Work required to perform this type of maintenance includes carpentry, masonry, electrical, electronics, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, welding, machining, and replacing parts or equipment. Additional maintenance work includes guardrails, gates, electric barrier 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, cutting hazardous trees, debris removal, repair to riprap slopes, repair to earthen slopes, excavation, wildlife management food plots and storage and disposal of hazardous and/or toxic materials. The work is often over or around water, mostly outdoors in all types of weather, often involves fall hazards, and often involves heavy machinery and dangerous tools. The project is used for navigation, recreation, and wildlife management. 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 $47.0M 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 dams, saddle dikes, riprap/concrete structures, flow structures, buildings, offices, maintenance facilities, operation areas, project roads, vehicles, 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, picnic sites, campsites, and other related facilities. Work required to perform this type of 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, 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, saddle dike and overlook clearing, debris removal, repair to riprap slopes, repair to earthen slopes, excavation, natural resource management, and storage and disposal of hazardous and/or toxic materials. The project is used for hydropower, recreation, flood risk management, and natural resource management. For planning purposes, the above requirements will be addressed in the following Technical Provisions (TPs): FIXED PRICE: TP � 1 General Management, TP � 2 Cleaning Services, Refuse Removal, and Waste Removal, TP � 3 Grass Mowing and Maintenance of Grassed and Landscaped Areas. COST PLUS: TP-4: Reception and Dispatch Operations, TP-5: Maintenance Of Locks, Dams, And Powerhouses, TP-6: Maintenance And Repair of Buildings, Recreation Facilities, And Associated Infrastructure, TP-7: Non-Routine Cleaning Services, Refuse Removal, And Waste Removal, TP- 8: Non-Routine Grass Mowing, And Maintenance of Grassed and Landscaped Areas, TP-9: Boundary Line Maintenance, TP-10: Maintenance Of Government Furnished Equipment and Vehicles, TP-11: Major Lock Maintenance Closures, TP-12: Disposal Area Maintenance, TP-13: Maintenance And Repair of Paved Roads, Crushed Stone Roads, Gravel Roads, And Parking Areas, TP-14: Slope Repair and Maintenance, TP-15: Maintenance And Repair of Fencing, Signs, Buoys, Gates, Barricades, Bulletin Boards, Concrete Bumpers, Posts, Guardrails, And Traffic Counters, TP-16: Pest And Invasive Plant Control, TP-17: Emergency Response Support, Storage and Disposal of Hazardous and Toxic Materials b. Describe your capability and experience in the performance of similar service contracts in the last 5 years for operation and maintenance of large multipurpose lake projects with similar size and scope to the (BWT) and Alabama River 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 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 16 May 2025, 5:00 p.m. CDT. Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Mr. Kevin Williams, Contract Specialist, at kevin.h.williams@usace.army.mil. In the subject line of your email state: Response to BWT O&M. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/07e77e705b2b416ba4119b929b09a8d6/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN07427107-F 20250502/250430230050 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.