Alabama Bids > Bid Detail

Operation and Maintenance of Government-Owned Facilities and Equipment, Alabama River Lakes Project Facilities in Hayneville, Al

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159272049335975
Posted Date: Jun 8, 2023
Due Date: Jun 23, 2023
Solicitation No: W9127823L0021
Source: https://sam.gov/opp/57075abba0...
Follow
Operation and Maintenance of Government-Owned Facilities and Equipment, Alabama River Lakes Project Facilities in Hayneville, Al
Active
Contract Opportunity
Notice ID
W9127823L0021
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
US ARMY ENGINEER DISTRICT MOBILE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 08, 2023 03:22 pm CDT
  • Original Response Date: Jun 23, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 08, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M1PA - OPERATION OF RECREATION FACILITIES (NON-BUILDING)
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Hayneville , AL 36040
    USA
Description

Operation and Maintenance of Government-Owned Facilities and Equipment, Alabama River Lakes Project Facilities in Hayneville, Al.



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 for Alabama River Lakes Project Facilities in Hayneville, Al Facility by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts. The Alabama River Lakes Project Facilities Project currently offers recreational facilities including 38-day use parks and 6 campgrounds.





The place of performance is Alabama River Lakes Project Office, 8493 US Highway 80 West



Hayneville, Alabama 36040. The anticipated period of performance is 01 June 2024, with four additional one-year option periods.





The Statement of Work includes the following:



The contract requirements are geographically spread over the State of Alabama in the following counties: Clarke, Monroe, Wilcox, Dallas, Autauga, Lowndes, Montgomery and Elmore along the R.R. “Bob” Woodruff Lake, William “Bill” Dannelly Reservoir and Claiborne Lake. Alabama River Lakes consists of approximately 1,092 miles of shoreline, 39,452 acres of water and 68,006 acres of land. Facilities include 6 Class A campgrounds, 38-day use/land water access areas, 9 Multi-purpose Areas, 3 Visitor Centers/museum, 9 maintained but undeveloped Natural Resource areas, 2 Contractor maintenance Compounds, along with a Resource Management Office and other associated operational facilities. Provide services for maintenance, repair, minor construction (as defined in AR-420-1 and DA PAM 420-11) including all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts that is required for performance of this contract.



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 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, 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 centers, 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 flood damage reduction, recreation, hydroelectric power generation, and wildlife management. 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 centers, 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 flood damage reduction, recreation, hydroelectric power generation, and wildlife management



This is a Market Research and Sources Sought Notice only. There is no solicitation available currently; 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.



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 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, 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 Provisions (TPs):



FIXED PRICE: TP-1: General, Management, Safety/QC, Administrative and Personnel Requirements, TP-2: Cleaning, Custodial Services and Refuse Removal, and TP-3: Grass Maintenance.



COST PLUS: TP-4: Operation of Visitor Center(S), TP-5: Boundary Line Clearing and Maintenance, TP-6: Maintenance and Repair of Facilities, Buildings, Structures, TP-7: Maintenance and Repair of Site Infrastructure, TP-8: Grounds Maintenance, TP-9: Natural Resources and Pest Species Control, TP-10: Maintenance of Government Equipment.



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 Alabama River Lakes.



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 based on demonstrated functional capability.



Responses are due no later than 23 June 2023, 2:00 p.m. CST. Responses received after this date and time may not be reviewed.



Responses shall be submitted via email to Ms. Katie L. Niles, Contract Specialist, at katie.niles@usace.army.mil. In the subject line of your email state: Response to Alabama River Lakes O&M. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 08, 2023 03:22 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >