Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOURCES SOUGHT

S -- Sources Sought: Technical and Non-Technical Services for Medical Facilities

Notice Date
4/17/2012
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY12R0025
 
Response Due
5/8/2012
 
Archive Date
7/7/2012
 
Point of Contact
Sarah M. Tierney, 256-895-1219
 
E-Mail Address
USACE HNC, Huntsville
(sarah.m.tierney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought: Technical and Non-Technical Services for Medical Facilities 1. Contract Information: The U.S. Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award multiple, indefinite delivery/ indefinite quantity (ID/IQ) contracts to provide support for Operation and Maintenance services including repair and replacement of equipment and minor construction services at Government medical and non-medical facilities in the continental Unites States (CONUS) and outside the continental United States (OCONUS) to include Alaska, Hawaii, Guam, Puerto Rico, Spain, Portugal, France, Germany, Italy, Turkey, Korea, and Japan. The contracts are anticipated to be awarded in 2013 with a one-year base period and four one-year option periods, for a total ordering period of at least five years during which to compete for task orders. The programmatic value of all task orders awarded under all of the ID/IQ contracts is $990M. Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine the small business strategy for this acquisition. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competition. The Government does not intend to rank submittals or provide any reply to interested firms. 2. Project Information: The services to be performed will include preventive maintenance (PM) and repair of facility systems and equipment, aseptic management, grounds maintenance, pest management, medical equipment maintenance, minor construction within and without facilities, and other activities associated with operation, maintenance, and repair. Facility systems include all mechanical, electrical, plumbing, architectural, and site systems, equipment and components. Typical work may include repair and/or replacement of HVAC equipment, generators, fire alarm systems, electrical and lighting systems, medical gas and vacuum systems, windows, doors and flooring, duct cleaning, asbestos abatement/removal/disposal, minor paving, and similar efforts. Anticipated work may include equipment inventories, condition assessments, energy studies, identification and or validation of problems/deficiencies, preparation of work plans describing method of correction, actual execution to repair failing medical and non-medical facility systems and equipment, implementation of automated maintenance management systems, facility management support, minor construction, and project management. Government medical facility repair shall conform to the requirements of The Joint Commission of Accreditation of Health Care Organizations (TJC) Environment of Care Standards. 3. Submission Requirements: This sources sought announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 561210, Facilities Support Services. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to sarah.m.tierney@usace.army.mil and tonju.l.butler@usace.army.mil no later than 08 May 2012 in the following format: Submissions should not exceed ten- 8.5 inches x 11 inches pages (five pages if printed two-sided). The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. This synopsis is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. No hard copy of facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc) will not be considered. Questions concerning submissions should be directed to Ms. Sarah Tierney, Contract Specialist at Sarah.M.Tierney@usace.army.mil or Ms. Tonju Butler, Contracting Officer at Tonju.L.Butler@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. SOURCES SOUGHT QUESTIONNAIRE 1. What is the name of your business? 2. What is your business address? 3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address. 4. Is your firm a large business, small business, certified 8(a) business, certified HUBZone business, woman-owned small business, and/or service-disabled veteran-owned small business? (Specify all that apply.) 5. What is your firm's level of experience in the following areas? a. Performing and/or managing maintenance and repair work at medical facilities (for each item listed, provide your status as either as a prime, subcontractor, or in a teaming arrangement) b. Performing and/or managing maintenance and repair work at other facilities (for each item listed, provide your status as either as a prime, subcontractor, or in a teaming arrangement) c. Developing schedules, quality control plans, safety plans, and methods of cost control d. Providing quality assurance over required effort e. Managing medical facility operation and maintenance programs, to include personnel, and management of subcontractors f. Preparing studies, plans, and providing support in the completion of equipment inventories, medical facility condition assessments, energy studies, identifying or validating medical facility problems/deficiencies, preparing corrective action plans to resolve medical facility deficiencies, implementing automated maintenance management systems, facility management support, minor construction, and project management. g. Working with TJC, Accreditation Associations for Ambulatory Health Care (AAACH), and Association of Assessment and Accreditation for Laboratory Animal Care (AAALAC) standards h. Negotiating Collective Bargaining Agreements (CBA) 6. Has your firm performed on any relevant projects in the last five years? If so, provide a brief summary of each project to include the point of contact, services provided, dollar value, location, and size of facility (approximate area in square feet). 7. Is your firm capable of performing in all geographical areas listed in paragraph 1 of this announcement? If not, indicate the geographical areas where your firm can or cannot perform. 8. What is your firm's financial capability in the following areas? a. Bonding Capacity per project/task order? Total bonding capacity for all projects? (Typical size of construction projects anticipated under this acquisition: $100K - $3M) b. How much can your firm float (for payroll, vendors, subcontracts, etc.) while waiting on payment from the Government [IAW DFARS 232.903 and 232.906(a)(ii)]?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY12R0025/listing.html)
 
Place of Performance
Address: USACE HNC, Huntsville P. O. Box 1600, Huntsville AL
Zip Code: 35807-4301
 
Record
SN02723742-W 20120419/120417234904-0e68bc6d67c2ab89b25f106b5cb5a6ec (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.