SOURCES SOUGHT NOTICE FOR OPERATIONS AND MAINTENANCE SERVICES
FOR John H. Kerr Reservoir Operations and Maintenance
This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.
The U.S. Army Corps of Engineers, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide operations and maintenance of government facilities at the John H. Kerr Reservoir, Boydton, Virginia.
Description of Work:
The Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award a firm fixed price contract that will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The anticipated performance period is a base year of twelve (12) months from date of award and 4 option years. The solicitation will be a request for proposal (RFP). The responses are for informational purposes only and do no obligate the Government or Contractor in any way.
PROJECT INFORMATION:
Operations and Maintenance of the government owned facilities shall include planning, programming, administration, management, supervision, maintenance of accurate and complete records and files, quality control inspections, personnel, materials, supplies, parts, tools, equipment and vehicles, except as otherwise provided.
It is the intent to procure for the Government complete and efficient maintenance, repair, and minor repairs on the John H. Kerr Project. The Project’s facilities include the Visitor Assistance Center, Environmental Education Center (Tanner Center), village house, sewage treatment plant and lift stations, thirteen (13) recreation areas with water wells and lift stations, shoreline areas, approximately 50,000 surface acres of reservoir waters, Visitor Center security & fire systems, numerous operational areas and structures, forestry and wildlife lands, all Corps owned and GSA vehicles, vessels, and equipment, the dam and related structures. The Contractor shall furnish all necessary management, personnel, materials, supplies, replacement parts, fuel, lubricants and other items as necessary. All materials, supplies and equipment not rented or owned by the Contractor and provided by the Government through this contract will remain the property of the Government.
All interested firms with NAICS 561210 – Facilities Support Services, as an approved NAICs code have until 31 January 2025 at 4:00 PM EST to submit the following information:
- GENERAL INFORMATION:
- Name & Address of your Firm
- Point of Contact (Name/Phone/E-mail)
- SAM Unique Entity ID. (The Unique Entity ID is a 12-character alphanumeric ID assigned to an entity by SAM.gov)
- Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.
NOTE: Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM, and VA Certification of VOSB and SDVOSB’s through the Vendor Information Pages at https://veterans.certify.sba.gov/.
2. Please submit your interest and capability to perform Operations and Maintenance services at John H. Kerr Reservoir.
3. INFORMATION ON TEAMING ARRANGEMENT (IF APPLICABLE). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business, both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.
NOTE: The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.
4. EVIDENCE OF CAPABILITIES to perform comparable work. Provide project info on no more than 5 projects that demonstrate the firm's experience on projects that are substantially complete or completed within the last five (5) years which are similar to the project in size, scope and complexity. For each project include:
- Project name and contract number.
- Customer.
- Summary description of the key elements/salient work features of the project.
- your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role.
- Location where the work/project was completed.
- Contract amount.
- Brief description of how the experience relates to the general work description in this notice.
Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous sources sought postings or had other communications with our office regarding preliminary market research for this project, please be advised that it is still necessary for you to respond to this posting. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner.
To protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointment for presentations will be made.
All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
Email the requested information, with delivery and read receipt requested to:
Jenifer Garland at jenifer.m.garland@usace.army.mil
Courtesy Copy: Troy D. Small at troy.d.small@usace.army.mil
The email should be titled: W912PM25R0011 – JOHN H. KERR RESERVOIR – OPERATIONS AND MAINTENANCE SERVICES - [Insert company’s name]
If you have questions, please contact Jenifer Garland via email at jenifer.m.garland@usace.army.mil