Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

J -- Electrical Maintenance Svcs - Statement of Work

Notice Date
4/7/2010
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-10-R-0013
 
Point of Contact
JAMES DENNIS, Phone: 7037671139
 
E-Mail Address
James.Dennis@dla.mil
(James.Dennis@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Electrical Maintenance Services This is a presolicitation notice for Firm-Fixed Price (FFP) commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 5.207 and supplemented with additional information included in this notice. The Government anticipates release and issue of a Full and Open Request for Proposal (RFP) for this procurement. The Government anticipates release of this RFP, SP4705-10-R-0013, prior to the middle of May 2010. RFP SP4705-10-R-0013 incorporates provisions and clauses in effect through Federal Acquisition Circular 05-40, effective March 23, 2010. The North American Industry Classification System (NAICS): 238210 and the small business size standard is $14M. In accordance with FAR subpart 6.1, this acquisition will be solicited using full and open competition procedures. This requirement is subject to the Service Contract Act, the Davis-Bacon Act, and the appropriate Department of Labor Wage Determinations. The intention of this solicitation is to obtain operation, maintenance, service, repair, construction and minor construction alteration services for buildings and structures of electrical systems, related components, systems and equipment at the Defense Logistics Agency Headquarters Complex (HQC) building 2462, the CDC, building 2468, the Defense Threat Reduction Center (DTRC), building 2462A, located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060 6220, and security system maintenance, service, and repair at the Telegraph Road satellite facility, located at 6801 Telegraph Road, approximately six (6) miles from the HQC. A Parking Garage, building 2469, and a newly constructed Receiving Facility building will also fall under the purview of this procurement. The period of performance, for this anticipated FFP contract is one (1) year Base Period, October 1, 2010 through September 30, 2011 and four (4) sequential one (1) year option periods. The Contractor shall furnish all labor, supervision, tools, materials, equipment, incidental engineering, subcontracting, transportation, and management necessary to perform work in accordance with general craft, industry standards, applicable laws, regulations, codes, Federal Regulations, and Headquarter Complex (HQC) construction specifications. As such, the Contractor must possess all licenses required by local, state (Class A Electrical Contractor) and Federal Government. This work includes but is not limited to the following functional areas: (1) Service Orders; (2) Operation, installation, maintenance, inspection, testing and repair of Utilities; (3) Operation, installation, maintenance, inspection, testing and repair of Electrical equipment and associated systems; (4) Operation, installation, maintenance, inspection, programming, testing and repair of Emergency Generators, Underground Fuel Storage Tank, Paralleling gear, Automatic Transfer Switches and Uninterruptible Power Supply (UPS) Systems; (5) Operation, installation, maintenance, inspection, programming, testing, and repair of Fire Detection Systems; (6) Operation, installation, maintenance, inspection, programming, testing, and repair, of Electronic Security/Access Control Systems, Surveillance Camera system, Access Control Barrier systems, system controls and associated components; (7) Operation, installation, maintenance, inspection, programming, testing, and repair of sound masking and paging system; (8) Operation, installation, maintenance, inspection, testing and repair of the Floating Fountain; (9) Indefinite Delivery Indefinite Quantity (IDIQ) work items construction, minor construction/alterations and equipment installation that exceed the scope of a minor work service order. If the Contractor agrees, IDIQ items in excess of $40,000 may be ordered. The Government’s regular, normal, working hours are 6:00 am to 7:00 pm, Monday through Friday except; (a) Federal Holidays and other days specifically designated by Contracting Officer. Some work will require the Contractor to work on certain tasks outside normal working hours requires the approval of the Contracting Officer’s Representative. Please be aware that entrance onto the installation and into facilities is controlled. The DTRC requires a Secret clearance to enter the facility. The contractor is not required to have a secret clearance; however, the contractor shall be required to sign in and out at the DTRC guard desk at each scheduled visit and escorted by a DTRC representative while performing services. Please review the Statement of Work within the attached presolicitation. The site visit will be held at 8725 John J. Kingman, Fort Belvoir, Virginia 22060; date, time and instructions for attendance will be published in solicitation, SP4705-10-R-0013. The site visit will allow interested parties to visit the HQC to determine preexisting conditions necessary for proposal development and submittal. All parties interested in attending the site visit shall contact James Dennis via e-mail at james.dennis@dla.mil, Defense Contracting Services Office, Fort Belvoir, VA to provide the names of no more than two representatives for attendance. All attendees shall be prepared to show identification for entry onto the HQC installation. Participation in the site visit is not required for response to proposal. All offerors wishing to submit a proposal subsequent to the solicitation described herein must be registered in the Central Contractor Registration (CCR) as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of proposal completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov and http://orca.bpn.gov. The solicitation will be solicited solely through Federal Business Opportunities (FedBiz Ops) website at www.fedbizopps.gov. Hard copies of the solicitation will not be available and special requests will not be fulfilled. For a copy of the solicitation, interested parties shall check www.fedbizopps.gov for (SP4705-10-R-0013). All future information about this acquisition, including amendments, will be distributed solely through the FedBiz Ops website. Interested parties are also responsible for monitoring the site to ensure that they have the most up to date information about this acquisition. All offerors interested in submitting must mail or e-mail their proposals. All proposals shall address the requirements of the SOW and evaluation criteria. Refer to general instructions within the attached solicitation. For questions related to this presolicitation, please feel free to contact James Dennis via e-mail james.dennis@dla.mil. TELEPHONE INQUIRIES OR RESPONSES WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-10-R-0013/listing.html)
 
Place of Performance
Address: Defense Logistics Agency Headquarters Complex, 8725 John J. Kingman, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN02114930-W 20100409/100407234905-396166efef3686976e16f4d4f955e510 (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.