Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
MODIFICATION

Z -- Caretaker Services after closure of Walter Reed Army Medical Center

Notice Date
4/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-11-R-3025
 
Response Due
4/29/2011
 
Archive Date
6/28/2011
 
Point of Contact
Angela Hook, 309-782-2334
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(angela.hook@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
he Government is seeking interest in caretaker services at the Walter Reed Army Medical Center after closure occurs on September 15, 2011. The Government is seeking sources equipped to fulfill ALL of the below noted requirements and will not be splitting the work into multiple, smaller contracts. Contract is intended to be one base year with the possibility of four six-month option periods, however the time period may be much shorter due to conveyance of property. There is no guarantee on the time period that will be encompassed by this contract. This announcement constitutes a Sources Sought Synopsis. THIS IS NOT A REQUEST FOR PROPOSAL. The responses to this Synopsis will be used as Market Research to determine adequate competition. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Army Contracting Command-Rock Island does not intend to award a contract on the basis of this Sources Sought nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Services required include providing physical security as well as the three following primary duties: Environmental: The service provider must provide all labor, material, and equipment to establish, implement, and execute Environmental program management procedures and support services. The service provider shall execute all permit requirements specified in DC Title V Permit and any issued 'permits to construct/operate emissions sources,' air-related Supplemental Environmental Program SEP agreements, and relevant air regulations. The service provider shall manage an asbestos-containing materials program that ensures compliance with applicable Federal, State, local, and Army regulations. The service provider shall manage a Lead Hazard Management program that ensures compliance with applicable Federal, State, local, and Army regulations. The service provider shall manage a polychlorinated biphenyl management program that ensures compliance with applicable Federal, State, local, and Army regulations. The service provider shall be responsible for Emergency Planning & Community Right to Know Act (EPCRA) compliance, monitoring and reporting requirements applicable to a caretaker installation. Service provider shall complete and submit the annual Tier II Report to the contracting officer's representative or designated representative 30 days before the due date. The service provider shall carry out all responsibilities to manage an installation restoration program in accordance with applicable regulations. The service provider shall develop and ensure execution of all applicable regulatory required pollution prevention requirements. The service provider shall carry out all GEO responsibilities for spill response specified in the WRAMC Installation SPCCP/ISC Plans. The service provider shall manage the underground/aboveground storage tank program in accordance with applicable regulations. The service provider shall run a hazardous waste management program in accordance with applicable Federal, State, and Army regulations. The service provider shall carry out all actions necessary to run solid waste. The service provider shall ensure compliance with applicable Federal, State, Army and local regulations and permits regarding wastewater management. The service provider shall ensure compliance with applicable regulations regarding storm water management. The service provider shall assist in cultural resources compliance efforts as needed, to include reviewing documents, participating in Section 106 consultation meetings and recording minutes. Public Works: The service provider shall provide the services listed below in accordance with the Caretaker operations goals, as defined by the contracting officer's representative. These include: Structural Services, Utility Maintenance, Plant Operations Services, and Roads & Grounds Services. In general, caretaker operations are not intended to improve the condition of a facilities and grounds of the installation, but to control the deterioration of facilities. Facilities/Structural Services: The service provider shall maintain all Real Property located at the Caretaker Installation in a manner that prevents significant deterioration. This includes maintaining proper temperature and moisture control in accordance with contracting officer's representative's direction. A detailed listing of Real Property facilities and equipment is provided by the contracting officer's representative. The service provider shall conduct inspections and maintenance to the buildings as directed by the contracting officer's representative or designated representative. Utilities: The service provider shall record monthly utility meter readings identifying the type of utility provided, reimbursable customer's name, name of the utility provider, meter location and serial number, date and time of reading, meter reading, and units of measure. The service provider shall receive original utility billings from the Government, record the usage and costs computed from the meter readings, and return the original billing document to the Government, together with a monthly report that identifies utility rates, consumption, and costs per utility, per customer by no later than the 5th workday of the following month. The service provider shall maintain a database that supports all of the above processes. Plant Operations Services: The service provider shall operate the Installation Boiler Plant (building 15) and the Installation Chiller Plant (building 48) in a manner that ensures the buildings meet the temperature requirements specified by the contracting officer's representative. Critical Systems: The service provider shall maintain Government designated critical systems in a fully operational status 24 hours a day, 7 days a week, 365 days a year. The service provider shall respond to, identify required repairs, and make repairs to Installation critical systems using the most expeditious and cost effective means available. Roads And Grounds Services: The service provider shall conduct minimal roads and grounds services to include: grass cutting, leaf removal, tree maintenance, and snow plowing in designated areas. No plantings, edgings, fertilizations and seeding services will be required. Logistics Support Services: The service provider shall provide logistical support consisting of Retail Supply, Asset Management, and Disposal and Disposition operations. The service provider will have some or all of the following as required by their position description: Knowledge of standardized supply regulations, policies, procedures and automated supply programs are required to perform duties and respond to correspondence or phone calls, to set up meetings and advice on policies and other instructions relating to supply operations. Skilled in the use of automated supply systems to input and extract supply data. Knowledge of the requisitioning practices of local supply organizations and the requesting organizations in order to perform the full range of supply functions and resolve recurring problems for the organizations requesting service. The work involves dealing with a variety of problem situations independently. Problems involve extensive fact finding, review of information to coordinate requirements and recommendations to resolve conditions or change procedures. Analyze changes in supply policies and procedures and recommend changes to local policies and procedures. Work is reviewed in terms of compliance, and integrity of property accountability. Due to the problem solving nature of the work, a number of specific guidelines are available in the form of supply regulations, policies and procedures. Use sound judgment to interpret and adapt guidelines for application to specific cases or problems. Use various software programs to create data base files, prepare reports and develop forms. Have working knowledge of Defense Property Accounting System (DPAS)/Property Book Units Supply Enhanced (PBUSE)/Standard Property Book System-Revised (SPBS-R) in order to be able to operate DPAS. Responses are due by 2:00 CDT on Friday, April 29, 2011. Questions may be directed to Angela Hook at 309-782-2334, angela.hook@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/23efc876131e35d368aa4e99ea00df63)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02433332-W 20110428/110426234441-23efc876131e35d368aa4e99ea00df63 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.