Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2001 FBO #0010
PRESOLICITATION NOTICE

Z -- Facility repair, renovation, conversion, alteration, renewal, minor construction and maintenance on installed equipment and systems at Government facilities.

Notice Date
12/10/2001
 
Notice Type
Presolicitation Notice
 
Contracting Office
US Army Corps of Engineers, Huntsville - Military Works, P. O. Box 1600 , Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
DACA87-02-R-0003
 
Response Due
2/2/2002
 
Archive Date
3/4/2002
 
Point of Contact
Sidney Motte, 256-895-1135
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville - Military Works
(Sidney.A.Motte@hnd01.usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NA The Facilities Repair and Renewal (FRR) Program at the US Army Engineering and Support Center, Huntsville, has a requirement for procurement of facility repair, renovation, conversion, alteration, renewal, minor construction and maintenance on installed eq uipment and systems at Government facilities in the Continental US, Alaska, Hawaii, Puerto Rico and at US military facilities overseas. It is anticipated that up to seven IDIQ (indefinite delivery/indefinite quantity) contracts may be awarded from the sol icitation, with the intent of at least two being awarded to 8(a) firms and one to a HUBZone firm (these three awards will be considered separately and not competed with large businesses); each resultant contract for a term of five years (base year and four 1-year options). The total value of the sum of all contracts awarded shall not exceed $355 million for the five years. Fulfilling individual sub-requirements shall be achieved, under the procedures of Federal Acquisition Regulation 16.505, ?Ordering,? b y the implementation of task orders. National experience is NOT a prerequisite for consideration; associated travel cost for performance will be reimbursed by individual task order. The Government will require concurrent task order performance only to th e extent commensurate with the contractor?s resource capability/capacity at that time. Task orders will usually require the contractor to develop a work plan which identifies work to be performed, new equipment and materials to be installed, work procedur es and management approach. The contractor will usually then be required to execute the plan and prepare documentation on operation and maintenance, training, warranties and other required items. These repair and renewal services may include, but are not limited to: (1) Architectural ? Enclosures, shelters, building systems, mobile buildings, masonry, roofing, interior and exterior surfaces, windows, doors, carpeting, signage, waterproofing, fireproofing, equipment/systems layouts, and building fixtures and furnishings. (2) Civil ? Topographic surveying, earthwork, drainage control, water management, erosion and sediment control, paving and surfacing, traffic control and signage, landscaping, gates and fencing, geotechnical investigations, foundations, d redging, piers, wharves, bridges, demolition, and wetlands delineation. (3) Cost ? Life cycle costing, benefit-cost analyses, economic analysis, and cost estimating services. (4) Electrical ? Electrical distribution and network balancing, telephone and p ower lines/poles, towers, ducts, conduits, outlet boxes, cabinets and enclosures, fiber optic cable and equipment, transformers, lightning protection, panelboards, circuit breakers, monitor/control centers/systems, uninterrupted power supplies, generators, solar systems, security systems, audio/visual communication systems, and fire detection and alarm systems. (5) Environmental ? Industrial and sanitary sewers, waste and water treatment facilities, septic tanks, water distribution systems, water use analy ses, leakage analysis, hazardous waste analyses, and disposal of waste products. (6) Mechanical ? Heating, ventilation, and air-conditioning systems and components, chillers, cooling towers, energy conservation, conveying systems, elevators/escalators/mov ing walkways, incinerators/shredders, sterilization systems, fuel distribution/storage systems, and plumbing systems involving water, solids, and hazardous waste. (7) Safety ? Life safety, fire protection systems, industrial hygiene, inflammatory gases, m edical safety and hygiene, asbestos and/or lead-based paint evaluation and removal/encapsulation, Failure Mode and Effective Analyses (FMEA), Occupational Safety and Hazards Act (OSHA), and American Disability Act (ADA) evaluations. (8) Structural ? Struc tural design and analysis of building systems and ancillary structures, foundations, underwater structures, shock isolation, seismic design and evaluations, non -building structures, detailing of structural components and hardened (protective) structures, earthquake consideration of utility systems, and anchorage and support of mechanical and electrical equipment. (9) Systems ? Quality control, operations and mai ntenance manuals and procedures (both preventative and breakdown), training, human factors engineering, upgrade assessments, energy system surveys. Contractors shall be required to provide quick response to emergency situations at Government facilities. A technical proposal will be required from all offerors. The significant evaluation factors will be technical capabilities, management approach, experience, small business participation (as it applies to the subcontracting plan that is required to be subm itted by large businesses only), past performance and price. This is a partial set-aside for 8(a) and HUBZone firms; the North American Industry Classification System (NAICS) Code is 233320 (Commercial and Institutional Building Construction) with a small business size standard of $27.5 million average annual receipts for the last three fiscal years. This is NOT a request for proposals (RFP). The solicitation (RFP DACA87-02-R-0003) will be issued on or about 2 January 2002. It is anticipated that the RF P will be available, to all interested parties, for viewing and downloading/obtaining from the Internet website at 'http://www.hnd.usace.army.mil/EBS/ASP/AdvertisedSolicitations.asp'. Telephone requests are not acceptable. POC is Mr. Sidney Motte at e-ma il address 'Sidney.A.Motte@hnd01.usace.army.mil' or telefax 265-895-1141. Mailing address is U.S. Army Engineering & Support Center, Huntsville, ATTN: CEHNC-CT-S (Motte), P.O. Box 1600, Huntsville, AL 35807-4301. Contractor shall state their business siz e on their request for the RFP. All responsible sources may submit a proposal which shall be considered by this agency. See Notes 2 and 26.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville - Military Works P. O. Box 1600 , Huntsville AL
Zip Code: 35807-4301
Country: US
 
Record
SN20011210/00002387-011211095607 (fbodaily.com)
 

FSG Index  |  This Issue's Index  |  Today's FBO 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.