Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

Z -- USACIL Expansion Operation and Maintenance, Fort Gillem, GA

Notice Date
4/1/2011
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-11-R-00XX
 
Response Due
4/15/2011
 
Archive Date
6/14/2011
 
Point of Contact
Julie M. Oliver, 912/652-5899
 
E-Mail Address
USACE District, Savannah
(julie.m.oliver@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U. S. Army Corps of Engineers, Savannah District intends to issue a Request for Proposal (RFP) for Operation and Maintenance services at U. S. Army Criminal Investigative Laboratory (USACIL), Fort Gillem, Georgia. The Contractor shall furnish all labor, tools, equipment, staff and management required to perform the duties of the scope of work. During the operation and maintenance the Contractor shall provide for continuous commissioning of the critical systems; and, perform scheduled and unscheduled maintenance as necessary to assure continuous facility operations and prevent disruptions that could adversely affect the mission for the USACIL, and prevent premature failure or deterioration of the facility, facilities systems, and equipment. Some of the systems that are to be maintained are (but not limited to): Roofing Systems (Metal Roof Panels, Built-up Bituminous Roofing Elastomeric Membrane Roofing, Specialty Casework); Cold Storage Room Systems; Purified Water Piping Systems; Regent Grade Water Systems; Mechanical Systems (Liquid Chiller Systems; Air Supply Systems; Distribution Systems; Ventilation and Exhaust System - Custom Air Handling Equipment; Direct Digital Control for HVAC Systems; Water Heating, Gas and Propane Air Mixture Systems); Electrical Systems (Variable Frequency Drive Systems under 600 volts; Diesel Generator Set Stationary 100-2500 kW, with auxiliaries; Uninterruptible Power Supply (UPS) Systems above 15KVA Capacity; Automatic Transfer Switch and by Pass/Isolation Switch; Interior Distribution System (Emergency Power Distribution Systems, UVS Distribution System and Motor Control Centers); Switchboards and Switchgear Systems). In addition, the Contractor must keep critical systems operation that could hinder the facility in its primary operations. Contractor shall maintain a work force on station during normal working hours and must manage the operation of the facility maintenance program, including the implementation and maintenance of a computerized Facilities Management System (FMS). Furnish and maintain storage bins, cabinets, and minimum emergency stock of replacement equipment, supplies and spare parts. As part of the continuous commissioning process, the Contractor will take whatever actions are necessary to bring the critical systems back into the conditions and within the operating performance parameters that were identified in the baseline criteria. These actions including all necessary labor, materials, and services will be at no additional cost to the Government. Contractor shall be required to respond to Priority One Service Orders 24 hours per day. The Contractor shall provide a Contract Facility Manager (CFM) who must have a minimum of 5 years experience in operation and maintenance or closely related field, including the supervision of a diversified work force responsible for maintenance and repair of electrical plumbing, mechanical and structural systems; Critical systems to included, but not limited to, all roof systems, Cold Storage Systems, water purification, and distribution system, and future systems that may be added to the Facility. The RFP will be issued on or about 15 April 11. The anticipated pre-proposal conference/site visit will be determined at a later date. The solicitation is 100% set aside for Small Businesses. The North American Industry Classification System (NAICS) code 561210 - Facilities Support Services for the Operations and Maintenance (O&M) of the facilities systems at the United States Army Criminal Investigation Laboratory (USACIL) at Fort Gillem, Georgia. The small business size standard is $35,500,000. It is the Government's intent to award a fixed price contract for a one year base period, with four (4) additional one-year option periods. There is no guarantee that options on the follow-on years will be exercised. Any award to be from the upcoming solicitation will be based overall (i.e. best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the following: Factor 1: Offeror Past Performance, and Factor 2 - Corporate Relevant Specialized Experience. Price will not be scored, but will be a factor in establishing the competitive range prior to discussions (if held) and in making the final best value determination for award. Factor 1: Offeror Past Performance: This factor is equal in importance to Factor 2. Factor 2 - Corporate Relevant Specialized Experience: This factor is equal in importance to Factor 1. Factors 1 and 2 when combined are more important than Price. The offer due date will be stated in the solicitation. The solicitation will be issued in electronic format only and will be posted to on the internet at www.fedteds.gov. No additional media (CD Rom, floppy disks, faxes, etc.) will be provided. It is the Offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. It is anticipated that the Government will issue a firm-fixed price. The Magnitude of Construction is between $1,000,000 and $5,000,000. Small Business Size Standard for this requirement is $35.5 Million. All potential sources must obtain a DUNS number. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. Finally, you must also be registered in PROJect extraNET (ProjNetSM; https://www.projnet.org), which is a web service that allows the secure exchange of design and construction information among authorized business partners in the context of specific business processes. This will be the only formal way to ask questions about the RFP. Contractual Questions should be forwarded to Julie Oliver via julie.m.oliver@usace.army.mil or (912) 652-5899. Technical questions should be forwarded to Steve Hill via steven.a.hill@usace.army.mil or (912) 652-5163.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-11-R-00XX/listing.html)
 
Place of Performance
Address: USACE District, Savannah P.O. Box 889, Savannah GA
Zip Code: 31402-0889
 
Record
SN02415045-W 20110403/110401234427-a600335533a432a24ebc5fe7694fca51 (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.