Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

Z -- Civil Engineering Operations and Maintenance Services (CEOMS) - Responses to Questions - PWS update and Responses to Questions

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, CO, 80912-2116, UNITED STATES
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-R-1001
 
Point of Contact
Michael Wittkopf, Phone: 719-567-3456, Teresa M Stacy, Phone: 719-567-3763
 
E-Mail Address
michael.wittkopf@schriever.af.mil, teresa.stacy@schriever.af.mil
(michael.wittkopf@schriever.af.mil, teresa.stacy@schriever.af.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
PWS dated 24 June 09 Q&A's The purpose of this update is to: 1) add additional information regarding possible future requirements for PAFB identified in PWS dated 24 June 09 (attached). 2) Post Q&As to industry questions. SOLICITATION AMEND 02: The purpose of this amendment is to update the table in section L-7.3 of this solicitation. SOLICITATION AMEND 01: The purpose of this amendment correct dates in section L-7.4.2 in reference to past performance questionaire due date. SOLICITATION: The purpose of this update is to remove DRAFT from the SF 33 front page. This is final RFP with a due date of 8 July 09 as stated in the RFP posting on 9 June 09. UPDATED SYNOPSIS: The 50th Contracting Squadron, Schriever Air Force Base (SAFB) intends to solicit proposals for a service contract to provide a full complement of civil engineering and maintenance services to support operations facilities located at SAFB, Colorado and Building 2 at Peterson Air Force Base (PAFB), Colorado. The period of performance for this contract will be a 30-day phase-in period and five (5) one (1)-year Option periods. The phase-in period is scheduled to begin on or about 1 March 2009. The NAICS code for this acquisition is 561210 and the size standard is $32.5 million. This Firm-Fixed Price (FFP) Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract will be issued as an 8(a) Small Business Set-Aside using a Performance Price Trade-Off (PPT) source selection method. Please see solicitation FA2550-08-R-1001, which will be posted on this site after this notice. This synopsis summarizes the Civil Engineering Operations and Maintenance Services (CEOMS) requirements for Buildings 400/401/712 and associated infrastructure systems at SAFB and CEOMS requirements for Building 2 at PAFB. The services for this contract shall be performed on two (2) military installations that have high security areas which require SECRET clearance and a high reliability (limited downtime per month) for critical utility systems must be maintained. SAFB services include: Facilities management duties (Building 400), operation, maintenance, repair, test and inspection of installed Real Property (RP) and Real Property Installed Equipment (RPIE) to include: Heating, Ventilation and Air Conditioning (HVAC) systems, electrical distribution systems, lightning protection, facility water systems, sanitary sewer systems and solid state uninterrupted power systems (SSUPS). The contract shall also provide for assurance of proper inspection and maintenance of primary, ancillary equipment and system functions, including but not limited to production control, distribution, pumping, emission control, cooling towers, water treatment, emergency power generation, fuel supply and plant effluent refrigerants, in addition to the accomplishment of minor construction/renovation projects at the discretion of the Contracting Officer (CO) and the Base Civil Engineer (BCE). Additionally, the contract shall be responsible for fire suppression and standpipe systems for all facilities on SAFB (excluding Buildings 720/730), as well as vehicle pop-up barriers and gate entrapment areas maintenance. Services are required 24 hours-per-day, 7 days-per-week (24/7) with the exception of the Spaced Based Infrared System (SBIRS), Building 712, which will require manning Monday through Friday from 0730 to 1600 hours (normal duty hours) and standby personnel for unmanned coverage. The BCE retains full authority to direct work priorities to meet mission requirements. PAFB Services include: Services required supporting 24/7 operations and maintenance for all electrical, HVAC and emergency systems for Building 2. This is a Northern Command (NORTHCOM) requirement. The 21st Civil Engineering Squadron (21 CES) and NORTHCOM retain full authority to direct work priorities to meet mission requirements. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Name: AFSPC/A7K Address: Headquarters Air Force Space Command A7K, 150 Vandenberg Street / Suite 1105, Peterson AFB CO, 80914-4230 Phone #: (719) 554-5250 Fax #: (719) 554-5299 E-mail: a7k.wf@afspc.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) All responsible sources submitting a proposal after the release of an RFP will be considered and reviewed by the agency. This synopsis neither constitutes a Request for Proposal (RFP) or solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-08-R-1001/listing.html)
 
Place of Performance
Address: SAFB Place of Contract Performance:, 210 FALCON PKWY STE 2116 SCHRIEVER AFB, CO, Postal Code:80912-5006, PAFB Place of250 VANDENBERG ST, Contract PETERSON AFB, CO, Performance, Postal Code:80914-3802, United States
Zip Code: 80914-3802
 
Record
SN01856461-W 20090627/090625235520-f65232a68d082b6ddec39957fde11a41 (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.