Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
MODIFICATION

Z -- Facilities Operations Support Services - Amendment 1

Notice Date
12/18/2017
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W9124A) Fort Huachuca, Bldg 61801, Rm 3212, Fort Huachuca, Arizona, 85613-5000, United States
 
ZIP Code
85613-5000
 
Solicitation Number
W9124A17R0001
 
Archive Date
11/4/2016
 
Point of Contact
Cinnamon C. Stuckey, Phone: 5205388907
 
E-Mail Address
cinnamon.c.stuckey.civ@mail.mil
(cinnamon.c.stuckey.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS (18 DECEMBER 2017) UPDATED SOURCES SOUGHT (18 DECEMBER 2017) **THE BELOW DESCRIPTION HAS BEEN REVISED AS OF 18 DECEMBER 2017. PLEASE SEE ATTACHED FILES FOR CHANGES.** Army Contracting Command-Aberdeen Proving Grounds (ACC-APG), Huachuca Division Directorate of Contracting (DOC) Operations Branch, PO Box 12748, Building 22208 Fort Huachuca, Arizona 85670-2748. This acquisition falls under the Federal Supply Code (FSC) S216 Facilities operations support services. Facilities Operations and Maintenance for Directorate of Public Works (DPW), Fort Huachuca, Arizona. This is a sources sought notice for information and planning purposes only. The Government will not pay for information solicited or any associated costs. The ACC-APG DOC Operations Branch is seeking information in the form of capability statements from qualified businesses to provide Operations and Maintenance (O&M) Services for post facilities. Services required include but are not limited to: BUILDINGS AND STRUCTURES: Maintenance, repair, minor alteration, minor construction and modification of buildings, structures and appurtenances; including woodworking, fencing, insulation, flooring, and roofing. PREVENTIVE MAINTENANCE: Program for designated buildings, structures, facilities, and components thereof for which the DPW is responsible. WORK MANAGEMENT AND SCHEDULING: Manage and operate a work control center for service orders (SO), preventive maintenance (PM), recurring and nonrecurring work orders (Independent Job Order - IJO). Provide estimates and status, establish and updated work schedules, provide data for and utility standard Army automated systems (General Fund Enterprise Business System -GFEBS). ROADS: Manage all work pertaining to maintenance; repair; minor construction; and improvement of roads, sidewalks, parking areas, airfield, fencing, concrete/masonry, and associated real property. Provide technical assistance in the development of road and street management programs, placement and maintenance of directional signs, markers and traffic safety devices, removal of debris/snow/ice from paved surfaces, and operate sand and gravel pits. GROUNDS: Limited maintenance; all repair, and restoration of landscaped and un-landscaped grounds including pruning, planting, and some mowing of vegetation. ENVIRONMENTAL: Manage hazardous material, asbestos, and ozone depleting substance operations in accordance with all Federal, State, and local environmental laws and regulations applicable in the State of Arizona at the start of the contract whether stated or not stated. The handling of regulated hazardous material and waste, other substances impregnated or commingled with regulated hazardous materials and waste shall comply with all Federal, State, and local laws, regulations, executive orders, and standards, and with all Department of Defense and Department of Army regulations. Removal of small quantities of asbestos and asbestos containing materials encountered on a job site shall include packaging of the material, ensuring that contractor employees working at or visiting the site wear protective clothing and equipment and observe safety precautions for the containment of the asbestos and asbestos containing materials, providing required protection to building occupants and ensuring that building occupants are aware of the hazards involved, and the disposal IAW Federal, State, and local laws, regulations, executive orders, and standards of the removed asbestos and asbestos containing materials. Provide employees who are trained and certified IAW 40 CFR 265 for hazardous waste handling; maintain individual training records for contractor employees who handle, collect, store, and/or dispose of hazardous waste substances; and re-certify contractor employees, who handle hazardous waste, annually. Remove contaminated material such as dirt, rocks, asphalt, and dispose of material as designated by the DPW Environmental Officer in the event of oil, hazardous, and toxic waste spills. Develop and submit for the COR's approval the Hazardous Waste Management Plan including, but not be limited to: Identification of employees who are certified to handle regulated hazardous materials and waste; procedures on notification of work involving regulated hazardous material and waste; procedures for handling of regulated hazardous material and waste; procedures for certification and/or re-certification of employees; and procedures for monitoring employee health and safety matters related to hazardous waste handling. Develop and maintain logbooks and files of incidents relating to regulated hazardous material and waste handling. Provide an inventory of all hazardous chemicals used in contractor work sites by the contractor to the Chief: Environmental and Natural Resources Division, DPW. FORESTRY: Manage all work relating to conservation of natural resources, utilizing standard/recognized natural resource management practices: PEST CONTROL: Pest, rodent, and weed control; disposal of dead animals; provide technical· information. WOODWORKING: Repair, replacement, installation, layout and removal of carpentry items such as framing, finish work, ceramic tile, floors and wall coverings, ceilings, roofing, cabinets, and hardware on buildings, structures, and facilities. OTHER: Sheet metal work, limited interior and exterior painting, glass work, automatic doors, swimming pools, and components thereof, some air field systems, and pop-up barriers at all 3 access gates to the base. MEDICAL DEPARTMENT ACTIVITY (MEDDAC) MAINTENANCE: Consists of a separate, dedicated maintenance team to maintain, operate, repair, install, inspect, remove, and modify equipment and systems at MEDDAC facilities. SUPPLY AND STORAGE: Manage and operate the DPW Supply and Storage Activity and associated functions with proper management and operational control of all Real Property Maintenance Activity (RPMA). This includes the management of all supplies, parts, materials, tools, and equipment for performance of all functions, including: maintenance of all funds and accountability records. The normal Government supply system will be an authorized source for acquisition of Real Property Maintenance Activity (RPMA) supplies, materials, and equipment. The Government will be utilizing S2K and GFEBS automated systems for inventory and audit trail prior to any award and will provide these systems for use. The Government will furnish all RPMA supplies and materials required by the contract. The Government does intend to furnish materials and supplies as Government Furnished Property (GFP). UTILITIES: Operate, maintain, and repair utility plants and systems; potable water pumping; treating; storage and distribution; backflow prevention; sewage collection; treatment; disposal systems; reuse systems; and recharge systems; related mechanical systems; air conditioning; cooling and heating systems (central heating and cooling system with thermal storage, furnaces, boilers, refrigeration, air conditioning, solar heating systems, compressed air, vacuum, mechanical ventilation, kitchen, and evaporative cooling equipment and systems, comfort heating, domestic hot water, soft water, classified waste destruction, emergency power and incineration); underground irrigation systems; portable chemical latrines; natural gas systems; plumbing systems; fixtures and components; liquid fuel/POL systems; steam distribution and fire protection/alarm systems; interior and exterior electrical distribution and lighting systems; excluding high voltage electric distribution from the Main Substation, connected to the utility provider, to and including the transformers; electric meters, and street lights, but including parking lot lights, emergency electrical generating equipment and the high voltage lighting system at the air field. GENERAL: Manage Government furnished equipment in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 45.5, covering procedures for all distribution, disposal records, and utilization logs. Provide information to DPW offices relative to development of budget estimates, work plans/schedules/programs, and unscheduled repair of any system for which DPW is responsible. SECURITY CLEARANCE: Secret security clearances will be required for a few personnel required to participate in mobilization or contingency meetings; national agency checks will be required or personnel working on certain alarm systems and background checks for all other employees. LOCKSMITH: Maintain the base master key systems and key and core inventory database; secure key blanks, card key systems, master keys, control keys and all key codes to avoid misuse or unauthorized access to Government property and government facilities; provide locksmith services to maintain, repair, install, and replace all missing broken and inoperative locks, locking devices, mechanisms, keys cores and locking systems installed on real property. Re-key and install new key core cylinders; duplicating keys; fabricating keys from key codes; broken samples, or hand filing; opening locks for personnel that are locked out; removing jammed and broken keys. Perform all work in accordance to NFPA (National Fire Protection Association) standards and manufacturers recommendations. This wil1 be a performance-based service contract under NAICS Code 561210, Facilities Support Services. The estimated magnitude of this requirement is more than $10 million per annum. Additionally, it is imperative to note that any interested vendor should ensure that they have the necessary capital on hand in order to maintain services while awaiting payment for submitted invoices. The Government estimates that the contractor should have $2.5 - 3.7 million in capital in order to sustain services in between payments which can often be made 45 -7 5 days apart, sometimes longer if the invoices have been rejected due to errors or omissions. All interested companies having the necessary skills and abilities are encouraged to submit a capability statement of 1 - 3 pages indicating their ability to perform the effort described above. Response must include the following: size of business and average annual revenue for the past three (3) years; number of employees; ownership (large, small, small disadvantaged, 8(a), women-owned, service disabled veteran-owned small business); current System for Award Management (SAM) information; and a list of similar contracts experience, including Government points of contact and phone numbers. Capability Statements should be received not later than close of business 17 October 2016. This synopsis is for information and planning purposes only and should not be construed as a commitment by the Government. Responses should be addressed to the Contract Specialist and address listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/90578011a8629650c2bed83454c7db5e)
 
Place of Performance
Address: **NO INDUSTRY DAY HAS BEEN SCHEDULED AT THIS TIME**, Fort Huachuca, Arizona, 85613, United States
Zip Code: 85613
 
Record
SN04769351-W 20171220/171218230804-90578011a8629650c2bed83454c7db5e (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.