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