Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOURCES SOUGHT

Z -- MCRC Facilities Support Services at Huntsville & Montgomery, AL, Jacksonville & Tampa, FL, Windy Hill, GA, Eastover, SC and Memphis, TN.

Notice Date
5/13/2008
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-08-S-0200
 
Response Due
6/6/2008
 
Point of Contact
Henry Wigfall, (843) 329-8088
 
Small Business Set-Aside
N/A
 
Description
This announcement is NOT a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not commit the Government to award a contract now or in the future. No solicitation is available at this time. The purpose of this synopsis is to identify organizations with the necessary qualifications to provide the services stated herein. All small business organizations (SB, SDB, WOSB, HUBZone, and SDVOSB) are encouraged to respond to this notice to determine if possible set-aside opportunities exist. This requirement is assigned a NAICS Code 561210 Facility Support Services; the NAICS Code size standard is $32.5 Mil. SCOPE: The contractor will provide all labor, tools, equipment, transportation, supervisions, and other necessities to conduct preventative maintenance (PM) and inspections, testing, and certification of equipment, control inspection (CI) of facilities, repair of equipment and facilities, and facilities service (FS) support for Marine Corp Reserves Centers (MCRC) located at Huntsville, AL, Montgomery, AL, Jacksonville, FL, Tampa, FL, Windy Hill, GA, Eastover, SC, and Memphis, TN. The Contractor shall implement a PM program for systems and equipment to ensure proper operation, to minimize breakdowns, and to maximize useful life. The contractor shall perform PM on all HVAC systems including boilers, chillers, package units, air handling units, fans, unit heaters, and controls, electrical systems including motor controllers, panel boards, lights, and transformers, fire protection equipment including fire detection and alarm, sprinklers, and fire extinguishers, weight handling equipment, and miscellaneous equipment including pumps, air compressors, water heaters, and roll-up doors. The Contractor shall provide inspection, testing, and certification services of cranes and back flow preventers to ensure equipment is maintained in a safe and fully operational condition. The Contractor shall perform CI of facilities to determine the physical condition of facilities and identify any existing or potential problems and appropriate repair requirements. The CI shall include inspecting roofing systems, exterior walls, foundations, grounds, pavement systems, storm drainage systems/ storm water retention, water distribution systems, wastewater collection systems, antiterrorism/force protection boundaries, interior walls/ceilings, floors, doors, windows, and moisture control/paint condition. The Contractor shall perform repairs on equipment exceeding the requirements of the PM program and repairs to facilities identified in the CI using service calls or IDIQ task orders. Contractor shall perform pest control at all sites with the exception of MCRC Riverton as well as janitorial services at MCRC Fresno. Intent is to award a 1-year base contract with 4-one year options. The approximate annual value is $300k to $500k. The company must: 1) show the ability to provide services in Alabama, Georgia, South Carolina and Florida; 2) show experience in providing these services; 3) list the company size under the listed NAICS. Interested businesses that believe they possess the capabilities necessary to undertake this project should submit an electronic copy of their capability statement, addressing the requirements identified above. Please limit responses to 5 pages or less. Any proprietary information should be so identified. Capability statement should be received by the Contracting Officer no later than June 6, 2008. References shall include company name, point of contact, telephone number, fax number, and email address. Capability statement shall identify the business status of the organization. No collect calls will be accepted. Respondents may submit their capability statement to: henry.wigfall@usace.army.mil or fax Henry Wigfall at 843-329-2320. For additional information, contract: Henry Wigfall Contracting Officer Savannah Regional Contracting Center, Charleston Office 69A Hagood Avenue Charleston, SC 29403 Telephone: 843-329-8088
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=87031f36eebd84b0937866a4577f7884&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Charleston 69A Hagood Avenue Charleston SC
Zip Code: 29403
 
Record
SN01572504-W 20080515/080513221650-87031f36eebd84b0937866a4577f7884 (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.