Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
MODIFICATION

R -- Unrestricted Pre-Solicitation Synopsis

Notice Date
2/27/2014
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USACE HNC, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY13R0055
 
Response Due
2/27/2014
 
Archive Date
4/28/2014
 
Point of Contact
Raven Webb, 256-895-1319
 
E-Mail Address
USACE HNC, Huntsville
(raven.a.webb@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP# W912DY-13-R-0055 NAICS 561210- Facilities Support Services Pre-Solicitation Synopsis for a Single Award Task Order Contract (SATOC) The U.S. Army Engineering and Support Center, Huntsville (CEHNC) will be soliciting proposals on a unrestricted, full and open basis for Program/Project Management and Technical Support Services under proposed solicitation W912DY-13-R-0055. In order to accomplish this mission, CEHNC proposes to award a Firm Fixed Price (FFP) commercial services' SATOC under FAR Part 12 and FAR Part 15, with a possible ordering period of five (5) years; one twelve (12) month base period and four 12-month option periods of performance. This is NOT a Request for Proposal (RFP). It is anticipated that an RFP will be issued approximately 15 days after the release of this announcement. Under this proposed commercial services acquisition, the contractor shall provide Program/Project Management and Technical Support for MEDCOM's PRMC. The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform the Program/Project Management and Technical Support for the U.S. Army PRMC, except items identified as government-furnished property and services for MEDCOM's PRMC. The scope of this services acquisition requires the contractor to provide Program Management technical support in monitoring, evaluating, and providing comprehensive technical analysis of quality assurance and in documenting compliance with various safety and health laws, regulations, and policies such as the Occupational Safety and Health Act (OSHA) and The Joint Commission (TJC) requirements, and with laws, regulations, and polices related to Infection Control, Asbestos, Lead Base Paint, as well as Hazardous Material and Hazardous Waste (to include medical waste). This shall include Technical Support to Program Management to ensure compliance with various Federal, State, and Local legal and regulatory requirements as they apply to the various MEDCOM program areas, issues, and initiatives at facilities under the operational control of the PRMC. Task orders will primarily be awarded for work performance of PRMC requirements in Hawaii. However, PRMC may also require support overseas locations within the Pacific Region, which could include Japan and Korea. The North American Industry Classification System (NAICS) code for these services is 561210, Facilities Support Services. This procurement will acquire the required services through unrestricted, full and open competition. This solicitation will be issued in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the System for Award Management (SAM)) at www.sam.gov prior to submission of proposals. The solicitation will be posted to FedBizOpps at www.fedbizopps.gov, and will be available to prospective offerors without charge. Firms can search for the solicitation by solicitation number, W912DY-13-R-0055. Offerors can register on the FedBizOpps site for the vendor collaboration tool so that possible partnerships and subcontracting opportunities can be identified. It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The Government reserves the right to reject any and all offers. The anticipated evaluation factors for this acquisition are listed below: FACTOR 1: RELEVANT MEDICAL EXPERIENCE FACTOR 2: PRICE FACTOR 3: SMALL BUSINESS PARTICIPATION FACTOR 4: PAST PERFORMANCE These factors will be broken down further in the associated RFP. Award will be made to an Offeror whose relevant medical experience, price proposal, small business participation, and past performance offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. Note: Response Date referenced under General Information does not refer to the proposal due date. This actual solicitation will be available on or about 14 March 2014. The estimated proposal due date is on or about 14 April 2014 and will be stated in the solicitation (W912DY-13-R-0055). Points of Contact: Raven Nall, Contract Specialist: raven.a.nall@usace.army.mil Sarah M. Schlapman, Contracting Officer: sarah.m.schlapman@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA87/W912DY13R0055/listing.html)
 
Record
SN03298717-W 20140301/140227234919-1dc061693755c4512c2d396ffd83670a (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.