Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOURCES SOUGHT

Q -- This is a sources sought synopsis to gain knowledge of potential qualified to compete for awards under the anticipated multiple award solicitation. Concerns other than small business are invited to respond.

Notice Date
3/26/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-08-R-OME2
 
Response Due
4/11/2008
 
Archive Date
6/10/2008
 
Point of Contact
Jennifer Staggs, 256-895-1745
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Huntsville
(jennifer.l.staggs@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement SOL: W912DY-O8-R-OMEE. POC Contract Specialist Jennifer Staggs (256) 895-1745 Contracting Officer Earl Johnson (256) 895-1128 1. This is a sources sought synopsis to gain knowledge of potential qualified to compete for awards under the anticipated multiple award solicitation. Concerns other than small business are invited to respond. Depending on the number of qualified responding small business concerns, this agency may reserve one or more awards for small businesses. 2. The Operation and Maintenance Engineering Enhancement (OMEE) mission is to provide Operation and Maintenance (O&M) Services at Government medical facilities. The U.S. Army Engineering and Support Center, Huntsville, Alabama is see king sources for potential contracts to provide support for the OMEE program to provide O&M services including repair and replacement of equipment and O&M related construction services at Government medical and non-medical facilities in the continental Uni tes States (CONUS) and outside the continental United States (OCONUS). The potential contracts will divide geographic locations to be covered under the contract by zones. Small businesses will be allowed to propose on any or all zones identified in the c ontracts. Zone 1 is the continental United States; Zone 2 consists of Alaska and Hawaii; and Zone 3 consists of Guam, Puerto Rico, Spain, Portugal, France, Germany, Italy, Turkey, Korea, and Japan. 3. O&M services include such activities as prev entive maintenance (PM) and repair of facility systems and equipment, custodial/housekeeping, grounds maintenance, medical equipment maintenance, construction within and without facilities, and other activities associated with operation, maintenance, and r epair. Facility systems include all mechanical, electrical, architectural, and site systems, equipment and components. Typical work may include repair and/or replacement of HVAC equipment, generators, fire alarm systems, electrical and lighting systems, medical gas and vacuum systems, windows, doors and flooring, duct cleaning, asbestos abatement/removal/disposal, minor paving, and similar efforts. Anticipated work may include equipment inventories, condition assessments, identification and or validation of problems/deficiencies, preparation of work plans describing method of correction, actual execution to repair failing medical and non-medical facility systems and equipment, implementation of automated maintenance management systems, facility management support, minor construction, and project management. Government medical facility repair shall conform to the requirements of the Joint Commission of Accreditation of Health Care Organizations (JCAHO) Environment of Care Standards or the Accreditation Asso ciation for Ambulatory Health Care (AAAHC) standards as applicable. 4. The most applicable North American Industrial Classification System Code (NAICS) is 561210, Facilities Support Services, with a small business size standard of $32.5 million, fo otnote 12. 5. It is anticipated that a one year base period with four one-year option periods, multiple award, Indefinite Delivery, Indefinite Quantity (ID/IQ), firm-fixed-price and time and materials contracts will be awarded to qualified contra ctors. 6. Responses to this notice should include: (a) Company name and address; (b) Point of contact name, phone number and email address; (c) Size of business pursuant to NAICS Code 561210, (large, small, small disadva ntaged, HUBZone, woman owned or operated, service disabled, veteran owned, or 8(a) firm). (d) Describe your experience in the following areas: i. Performing and/or managing maintenance and repair work (as described in paragraph 3 above) at medical facilities. For each item listed, provide your status as either a prime, subcontractor, or in a teaming arrangement and with what other firms. (In addition to experience at medical facilities, experience at non-medical facilities may be provided.) ii. Developing schedules, quality control plans, safety plans, and methods of cost control. iii. Providing quality assurance ove r required effort. iv. Managing operation and maintenance programs, to include personnel, and management of subcontractors v. Working with JCAHO and AAACH standards. vi. Negotiating Collective Bargaining Agreements (CBA) <B R>(e) Briefly summarize projects performed in the last five years that demonstrate your experience in performing the services listed in paragraph three above. Include point of contact information, dollar value, location, and size of facilities (approxima te area in square feet) for each project. (f) Prospective offerors ability to perform in each zone as identified in paragraph two above. If a prospective offeror is able to perform in all zones noted in this announcement, so state. If not, co ncern should indicate which zones where it can or cannot perform. (g) Describe your financial capability in the following areas: i. Bonding capacity per project/task order? ii. Aggregate bonding capacity for all proje cts? iii. The OMEE program currently has task orders in place with monthly invoices ranging from $10K to $900K. State your dollar range ability to meet obligations (payroll, vendors, subcontractors, etc.) for all projects on a monthly basis. 7. Please submit one electronic and 4 hard copies of your qualification statement, limiting your response to 10 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent). Do not include or attach brochures in addition to your response. In responses to this notice, four copies of the capabilities statement shall be mailed to: The United States Army Engineering and Support Center, ATTN: CEHNC-CT-A (Jennifer Staggs), P.O. Box 1600, Huntsville, Alabama 35807-43 01 no later than 15 days from the issuance date of this synopsis. 8. This notice is to help USACE in determining the overall pool of interested sources. Previous respondents to the sources sought notice published on 13 December 2007 need not re spond. Your response to this sources sought synopsis is not a request to be considered for a contract award or receive a copy of the solicitation. When the solicitation is available, the solicitation announcement will be published in the FedBizOpps. Res ponses to this sources sought announcement are not adequate responses to a future solicitation announcement. All interested parties must respond to that solicitation announcement separately from the response to this announcement. This is not a request fo r proposal and does not obligate the government to award any contract. This notice is for information and planning purposes only, does not constitute a solicitation and shall not be construed as a commitment by the Government. Previous contract awards for small business were set aside and valued at $150 million total; however, there is no guarantee that the follow-on contracts will be for a comparable amount. Please note that this office has not yet made a decision as to whether this procurement or a port ion thereof will be set aside for small business, and it reserves the right to determine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability statements. Jennifer L. Staggs US Army Co rps of Engineers, Huntsville Center Contract Specialist - Contract Placement Team (phone) 256-895-1745 (fax) 256-895-1197 jennifer.l.staggs@usace.army.mil mailto:jennifer.l.staggs@hnd01.usace.army.mil
 
Record
SN01542273-W 20080328/080326224631 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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  © 1994-2020, Loren Data Corp.