Search Contract Opportunities

Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George & George W. Andrews Lakes, Fort Gaines, Georgia   2

ID: W9127824L0026 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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) Contract Line Item Numbers (CLINs) to provide maintenance, repair, and operation of facilities, vehicles, and equipment for Walter F. George Project Facility by providing all planning, supervision, administration, labor, equipment, materials, supplies, and replacement or repair parts.

The place of performance is Walter F. George Project Office, 427 Eufaula Rd, Fort Gaines, GA 39851. The anticipated period of performance is 1 June 2025, with four additional one-year option periods.

The Statement of Work includes the following:

Furnish all planning, supervision, labor, equipment, material, supplies, replacement parts, and all things necessary for the Operation and Maintenance of the Walter F. George & George W. Andrews Lakes, Fort Gaines, Georgia. The Project is located on the Chattahoochee River between river mile markers 46 and 155 and is part of the Apalachicola, Chattahoochee, and Flint River Project. The Project is geographically spread out over several counties, including Early, Randolph, Clay, Quitman, Chattahoochee, Stewart, and Muscogee counties in Georgia, and Houston, Henry, Barbour, and Russell counties in Alabama. This project is over approximately 114 river miles long with approximately 51,000 acres of project lands and 20 different recreation areas. The project operates 5 campgrounds, 1113-day use parks, 3 developed public beaches, 12 boat ramps, one Power Plant, 2 Locks and Dams, Spillways, Saddle Dikes, and the two Resource Management Office and four Operational Areas.

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 project structures and buildings, offices, maintenance facilities, operation areas, project roads, vehicles, floating plant, boathouses, bathhouses, washhouses, toilets, shelters, 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 maintenance includes carpentry, masonry, electrical, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, resetting, 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, aquatic and terrestrial spraying, saddle dike and overlook clearing, debris removal, operation of the project visitor center, repair to riprap slopes, repair to earthen slopes, excavation, and storage and disposal of hazardous and/or toxic materials.

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 and repair of project structures and 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, mechanical, structural, plumbing, chipping, caulking, sealing, cleaning, resetting, 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, operation of the project visitor center, repair to riprap slopes, repair to earthen slopes, excavation, and storage and disposal of hazardous and/or toxic materials.

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

FIXED PRICE: TP-1 General / Management and Welcome Center; TP-2 Janitorial and Custodial Services; TP-3 Janitorial and Custodial Services Powerhouse; TP-4 Grass Mowing Services; TP-5 Grass Mowing Services Powerhouse

COST PLUS: TP-6 Litter, Refuse Removal and Dumpster Services; TP-7 Maintenance and Repair of Buildings, Structures, Facilities, Mechanical, Plumbing, Security and Electrical Systems; TP-8 Maintenance and Repair of Government Vehicles, Equipment and Attachments; TP-9 Maintenance and Repair of Roads, Road Features, Parking Areas, Signs, Boat Ramps, Traffic Counters, and Vehicle Barriers; TP-10 Natural Resource Management; TP-11 Labor, Equipment and Material Support for Lock, Dam, Spillway and Aids to Navigation; TP-12 Powerhouse Support for Labor, Maintenance, Materials and Supplies, and Equipment Rental; TP-13 Unscheduled Services; TP-14 Hazardous Waste Operations and Emergency Response

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 Walter F. George 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 03 July 2024, 2:00 p.m. CST. Responses received after this date and time may not be reviewed.

Responses shall be submitted via email to Chandler J. Hyatt, Contract Specialist, at chandler.j.hyatt@usace.army.mil. In the subject line of your email state: Response to Walter F. George O&M. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored.

Overview

Response Deadline
July 3, 2024, 3:00 p.m. EDT Past Due
Posted
June 18, 2024, 2:23 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Fort Gaines, GA 39851 United States
Source

Current SBA Size Standard
$47 Million
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
22%
Signs of Shaping
76% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/18/24 USACE Mobile District issued Sources Sought W9127824L0026 for Operation and Maintenance of Government-Owned Facilities and Equipment, Walter F. George & George W. Andrews Lakes, Fort Gaines, Georgia due 7/3/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC M1PA.
Primary Contact
Name
Chandler Hyatt   Profile
Phone
None

Documents

Posted documents for Sources Sought W9127824L0026

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W9127824L0026

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9127824L0026

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9127824L0026

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9127824L0026

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT MOBILE
FPDS Organization Code
2100-W91278
Source Organization Code
100221437
Last Updated
July 18, 2024
Last Updated By
chandler.j.hyatt@usace.army.mil
Archive Date
July 18, 2024