Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 23,1999 PSA#2394

Directorate of Contracting, Attn: ATZS-DKO, P.O. Box 12748, Fort Huachuca, Arizona 85670-2748

Z -- OPERATIONS AND MAINTENANCE OF POST AND HOUSING FACILITIES AT FORT HUACHUCA, ARIZONA SOL DABT63-99-R-0003 DUE 100699 POC Lynn E. Sleeth, (520)533-2815 WEB: Downloading of RFP is not possible at this time, however,, http://huachuca-www.army.mil/usag/doc/solicit.htm. E-MAIL: click here to contract the Contract Specialist via, sleethl@huachuca-emh1.army.mil. Provide Operations and Maintenance Services for post and housing facilities. This solicitation will be full and open competition. The solicitation time period will be approximately 45 days. The solicitation will result in the award of a fixed price contract based on fixed unit prices for the various work elements. The Standard Industrial Code (SIC) is 8744, Base Maintenance. The contract will be a base period with four option years. The estimated value is $5-$10 Million per year. The Request for Proposal (RFP) issue date will be on or about 18 August 1999. The preproposal conference will be 8 September 1999 at 0900. Those interested in attending the preproposal conference must contact the above Directorate of Contracting point of contact not later than close of business on 27 August 1999. Attendance will be limited to no more than two (2) individuals per firm. Notification of attendance must include name of company and individuals that will attend as well as telephone and fax numbers. Requests for the solicitation MUST be in writing and include solicitation number DABT63-99-R-0003, complete company name, address, telephone/fax numbers and e-mail address, if available. A $175.00 non-refundable cashiers check or money order, payable to the Defense Finance and Accounting Service, MUST accompany each request for each solicitation package. Requests should be addressed as follows: Directorate of Contracting, ATTN: ATZS-DKO-H (Lynn Sleeth), Post Office Box 12748, Fort Huachuca, AZ 85670-2748. TELEPHONIC REQUESTS WILL NOT BE ACCEPTED. To expedite handling of solicitation documents, offerors may provide this office with an express mail service account number with written request, which will be utilized; otherwise, first class US Mail will be used. The prospective offerors are advised that they will be responsible for furnishing accurate, current and complete past performance data with proposals submitted in response to the solicitation. This information shall be pertinent and specific in the areas listed below and include experience of previous (within last five (5) years) or current projects under government contracts of this magnitude and complexity. For verification of past performance the information submitted should also include the contract numbers, type of contract, annual value, point of contact, current telephone/fax numbers and e-mail address. Selected items of existing and available government owned equipment will be offered. The Government will maintain, repair, replace and furnish fuel and lubricants. Skills involved will be under both Service Contract Act (SCA) and Davis-Bacon Act (DBA) wage determinations. Services required include: BUILDING 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 Directorate of Installation Support (DIS) is responsible, including providing training and technical assistance to military family housing occupants. Operate a self-help program and warehouse for service to housing occupants; vacant quarters maintenance (VQM) of family quarters. WORK MANAGEMENT AND SCHEDULING: Manage and operate a work control center for service orders (SO), preventive maintenance (PM), recurring and non-recurring work orders (IJO), standing operations orders (SOO). Provide estimates and status, establish and update work schedules. Provide data for and utilize standard Army automated systems (IFS-M). 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, remove debris/snow/ice from paved surfaces; operate sand and gravel pits. GROUNDS: Limited maintenance, all repair, and restoration of landscaped and unlandscaped grounds including pruning, planting and some mowing of vegetation. ENVIRONMENTAL: Manage contractor hazardous material, asbestos and ozone depleting substance operations. 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, operate a self-help store/U-Do-It programs, operate a building services office for complete servicing (other than janitorial). MEDDAC MAINTENANCE: Consist of a separate, dedicated maintenance team to maintain, operate, repair, install, inspect, remove, and modify equipment and systems at MEDDAC facilities. FAMILY HOUSING MANAGEMENT: Repair, replace, maintain and install all interior and exterior components of family housing quarters and associated real property. SUPPLY AND STORAGE: Acquire and manage all supplies, 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 RPMA supplies, materials and equipment. The Government will be utilizing the IFS-M-S automated system prior to any award and will provide that system for use. The Government does not intend to furnish materials and supplies as GFP. UTILITIES: Operate, maintain and repair utility plants and systems; sewage collection, treatment and disposal systems; related mechanical systems; air conditioning, cooling and heating systems (furnaces, boilers, refrigeration, air conditioning, 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, including high voltage and emergency electrical generating equipment. GENERAL: Manage government furnished equipment IAW FAR Part 45.5, covering procedures for all distribution, disposal records, utilization logs. Provide information to DIS offices relative to development of budget estimates, work plans/schedules/programs; unscheduled repair of any system for which DIS is responsible. Operate a building services office in Greely Hall for complete servicing (other than janitorial). 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. Posted 07/21/99 (W-SN357399). (0202)

Loren Data Corp. http://www.ld.com (SYN# 0162 19990723\Z-0012.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page