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
SOURCES SOUGHT

S -- Customs and Border Protection's (CBPs) Maintenance, Repairs, and Operations (MRO) Services for Land Ports of Entry (LPOEs)

Notice Date
4/26/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
 
ZIP Code
76102-0300
 
Solicitation Number
W9126G-MRO-LPOE
 
Response Due
5/12/2011
 
Archive Date
7/11/2011
 
Point of Contact
Julianne Bowersock, 817-886-1090
 
E-Mail Address
USACE District, Fort Worth
(julianne.l.bowersock@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For Customs and Border Protection's (CBPs) Maintenance, Repairs, and Operations (MRO) Services for Land Ports of Entry (LPOEs). This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. The U.S. Army Corps of Engineers - Fort Worth District, Engineering, Construction, and Support Office has been tasked to solicit for and award a project/procurement(s) for Facilities Management Services. The work will include various maintenance and operation services for 42 Land Port of Entry Facilities nationwide. Please see attached matrix for a listing of the facilities and projected services needed at each land port of entry. The services listed are basic services, but may not be required at every location. There are 42 separate locations; each location will have its own separate requirements. More specifics for each port will be published at a later date. We are gathering responses as an attempt to find the best acquisition approach. A specific approach will be defined at a later point but will include set-aside, possibility of zoning requirements (i.e. - regionalize areas by states, cities, etc.) as the mixture of work varies from port to port. The responses generated will be used for preliminary planning purposes only. Custodial Services Custodial Services consist of basic, regularly scheduled services which include: drinking fountain and wash station cleaning; mirror and glass cleaning; dusting/cleaning entrances, hallways, and carpeted areas; clean and service restrooms, machine scrub restroom floors; clean inside stairs, stairwells, ramps, and landings; clean inside/outside entrance area floors; hard floor cleaning; vacuum carpet and rugs; spray buffing in hallways; dusting/cleaning; clean exterior glass surfaces/window frames and interior windows/window area/Venetian blinds; solid waste removal; strip, seal, and wax/finish hard floors; steam clean carpet/rugs; pest control; and special events. The Contractor shall focus on safety, environmental compliance, sanitation, and customer service. The Contractor shall focus on cleaning for health protection first and appearance second. Please see attached matrix with services and locations. Trash Removal Services Contractor shall provide all labor, supervision, facilities, tools, materials, equipment, containers and vehicles as required for the nonresidential collection, transportation, and disposal of refuse and waste from the facilities. The contractor will also furnish insecticide/deodorizer to reduce the infestation of insects and to minimize odor in the dumpsters. Grounds - Lawn Maintenance Service and Snow Removal Services Contractor shall provide labor and supervision. The services include mowing and edging, approved watering landscape plants, fertilizer application, weed, pest, and disease control, pruning shrubs and trees, chemical controls, turf, trash and debris control, ground cover care, snow and sand removal, cleaning drainage structure, canal, roads, sidewalks, park, building, ranges, and irrigation systems maintenance and special grounds services on emergency basis. Building Maintenance & Repair-Plumbing, Heating & A/C Contractors Contractor shall provide preventive maintenance and repair services with experience in the following: HVAC System maintenance and repair; Direct Digital Control System maintenance and repair; Mechanical systems maintenance and repair; Kitchen equipment maintenance and repair; Building systems inspection, maintenance and repair; Roofing systems inspection maintenance and repair; Fire alarm system testing, maintenance and repair; Fire suppression system testing, maintenance and repair; and other maintenance and repair required for efficient building operations. Water Treatment Maintenance & Testing-Water System Balancing & Testing Contractors Contractor shall provide all management, tools, supplies, equipment, and labor necessary to repair, maintain, and service for the safe operation of the water treatment, water filtration, and water distribution systems that are utilized to provide potable water to the ports. Some of the northern ports have their own wells with a two-part filtration system - an iron filter and then a water softener system. Some ports may have a small reverse osmosis (RO) system in the kitchenettes that will need to be serviced and maintained. The water systems will require (at certain locations) daily testing and yearly testing for certain contaminants per local and state codes. Potable Water Delivery (Water Treatment & Distribution)-Water Supply & Irrigation Systems Contractor shall provide all labor, supervision, materials, and equipment necessary to supply bottled drinking water. Detailed Description of Service/Product Needed: Service includes providing portable electric coolers, bottled drinking water suitable for use in the portable electric coolers, paper cups and attached paper cup dispensers to keep cups orderly, clean and easily accessible. Size of Product: Coolers shall be portable and operate on a 120 volt electrical power source. The power source shall be furnished by the Government. Coolers shall be capable of delivering hot or cold water and shall be maintained in good working condition at all times. Coolers shall be appropriate for use with 5 gallon water containers. Water containers shall be 5 gallon and suitable for use with the hot and cold water coolers. Cups shall be 5 ounce cone shaped, paper, disposable and shall be installed in contractor mounted dispensers. Septic Cleaning-Septic Tank & Related Services Contractor shall provide all management, tools, supplies, equipment, and labor to provide cleaning of septic tanks located at various ports. Contractor shall accomplish the work in accordance with (IAW) all local, state, federal laws/regulations in a manner that shall insure continuous and safe operation. Fire Alarm, Intrusion Alarm Monitoring; Fire Extinguisher Services; Fire Suppression Testing-Security Systems (except Locksmiths) Contractor shall provide all management, tools, supplies, equipment, and labor to necessary to repair, maintain, and service the fire alarm systems; intrusion alarm systems; fire suppression testing; and yearly fire extinguisher inspection, including the proper tagging of extinguishers, at the port locations. Pest Control-Pest Control Services, Agricultural Contractor shall furnish all labor and materials to provide indoor and outdoor pest-control services as follows: 1) monthly inspections and pest control services to all food service areas to be outlined in the solicitation when issued; 2) quarterly pest control and inspection services of all non-food service areas to be outlined in the solicitation when issued; 3) control of household insects and pests; including but not limited to; cockroaches, rodents, ants, silverfish, firebrats, fleas, mites, ticks, spiders, clothing moths, crickets, centipedes, flour beetles, domestic flies, bees, wasps, and carpenter ants; 4) response to urgent service calls; 5) onsite problem solving and repair services; and, 6) termite and powder post beetle control services on an unscheduled basis to be specified in the solicitation. Generator Services-Electrical Contractors & Other Wiring Installation Contractors Contractor shall provide all management, tools, supplies, equipment, and labor necessary to repair, maintain, and service for the safe operation of the generators at the ports. This includes the changing of filters and fluids; and the regular run-time and start-up testing. The northern ports have propane and heating oil generators, and the southern ports have diesel generators. Propane Systems Maintenance-Natural Gas Distribution Contractor shall provide all management, tools, supplies, equipment, and labor necessary to repair, maintain, and service for the safe operation of the LP-fueled heating systems for the northern ports. The propane system consists of multiple underground tanks (leased by CBP) with a cathodic system along the distribution lines. This system needs to be serviced and maintained. Tire Shredders & Barricades-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance Contractor shall provide all management, tools, supplies, equipment, and labor necessary to repair, maintain, and service for the safe operation of the traffic spike and gate arm systems. These systems are either surface-mounted spring-loaded spikes, or the trenched system that is electrically controlled. The repair, maintenance, and service include removal of debris from the trenches; lubrication; and repair/service of the electrical connections and relays. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community to include Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. FULL DESCRIPTION OF THE PROJECT TO INCLUDE 1. Base year plus 4 one-year option year commercial-service contract 2. Description of Service - Various maintenance and operation services for 42 Land Port of Entry Facilities (see attached matrix for services and locations) 3. NAICS Code: 561210, Facilities Support Services; Based on response to this Sources Sought Synopsis, solicitations using individual NAICS codes may be issued if required to acquire all services. 4. SB Size Standard: $35.5M 5. FSC Code: M199, Operation of Government Owned Facilities, Miscellaneous Buildings 7. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 50%of the cost of contract performance incurred for personnel shall be expended for employees of the concern for service-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about November 15, 2011 and the estimated proposal due date will be on or about December 15, 2011. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity: include firm's capability to execute desired services (custodial, O&M, alarm, etc. for multiple locations) 4. Comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 5. Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Woman-Owned Small Business, or 8(a). 6. Firm's Joint Venture information, if applicable 7. Firm's interest presented in attached matrix. Please select service(s) and location(s) your firm would be interested and capable of fulfilling. Send in matrix as an attachment to 5-page response. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Interested Firm's shall respond to this Sources Sought Synopsis no later than 3:00pm CST, Thursday, May 12, 2011. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail or email your response to: USACE, Fort Worth District Contracting Division Attn: Julianne Bowersock, Contract Specialist 819 Taylor Street, RM 2A19 Fort Worth, Texas 76102 Email: julianne.l.bowersock@usace.army.mil EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-MRO-LPOE/listing.html)
 
Place of Performance
Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
Zip Code: 76102-0300
 
Record
SN02433643-W 20110428/110426234746-3ffca41c4de590014f6a01c532780fd4 (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.