SOURCES SOUGHT
Z -- Operation and Maintenance Services including repair and replacement of equipment and minor construction services at government medical and non-medical facilities inside and outside the continental United States.
- Notice Date
- 11/8/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Corps of Engineers, Huntsville - Military Works, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- W31RYO-OMEE-MRSS
- Archive Date
- 1/21/2003
- Point of Contact
- SUSAN CUNNINGHAM, 256-895-1137
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Huntsville - Military Works
(Susan.L.Cunningham@hnd01.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This is a sources sought synopsis to gain knowledge of potential qualified small business sources and to determine if they can effectively compete for awards under the anticipated multiple award solicitation. Depending on the number of qualified respondin g small business concerns, this agency may reserve one or more awards for small businesses. The U.S. Army Engineering and Support Center, Huntsville, Alabama is seeking sources for potential contracts to provide support for Operation and Maintenance servi ces 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). The potential contracts will id entify locations to be covered under the contract by zones. Small businesses will be allowed to propose on any or all zones identified in the contracts. These services will include preventive maintenance (PM) and repair of facility systems and equipment, custodial/housekeeping, grounds maintenance, medical equipment maintenance, minor construction within and without facilities, and other activities associated with operation, maintenance, and repair. Facility systems include all mechanical, electrical, ar chitectural, 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, du ct cleaning, asbestos abatement/removal/disposal, minor paving, and similar efforts. Anticipated work may include equipment inventories, condition assessments, 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. Governmen t medical facility repair shall conform to the requirements of the Joint Commission of Accreditation of Health Care Organizations (JCAHO) Environment of Care Standards. The most applicable North American Industrial Classification System Code (NAICS) is 561 210, paragraph b, Facilities Support Services, with a small business size standard of $23M, exception 13. It is anticipated that five year multiple award, Indefinite Delivery, Indefinite Quantity (ID/IQ), firm-fixed-price and time and materials contracts w ill be awarded to qualified contractors. Responses to this notice should include: (1) Company name; (2) Address and point of contact; (3) Size of business pursuant to NAICS Code 561210 paragraph b, (small, small disadvantaged, HUBZone, woman owned or o perated, service disabled or veteran owned, 8(a) firm). The agency will apply FAR 52.219-14 on assessing whether a small business concern is eligible under a small business set aside; (4) Experience in performing and/or managing repair work at medical fa cilities, and other facilities, either as a prime, subcontractor, or in a teaming arrangement. Experience in developing schedules, quality control plans, safety plans, methods of cost control. Experience in providing quality assurance over required effor t. Demonstrate corporate experience and knowledge in managing operation and maintenance programs, to include personnel, and management of subcontractors. Submit most relevant projects performed in the last five years with brief summaries to include point of contact, dollar value, location, and size of facilities (approximate area in square feet). (5) Prospective offeror?s ability to perform in certain geographical areas, for example, Southwest or Southeast United States. If prospective offeror is able t o perform in all geographical areas noted in this announcement, so state. If not, concern should indicate which geographical areas where it can or cannot perfo rm. (6) Capability of obtaining performance and payment bonds with estimated values up to $1.5 million per task order. (7) Please submit 4 copies of your qualification statement, limiting your response to 10 pages (single spaced, front side only, no sm aller than Times New Roman, font size 12 or equivalent). Do not include or attach brochures in addition to your response. In responses to this notice, four copies of the capabilities statement shall be mailed to: The United States Army Engineering and S upport Center, ATTN: CEHNC-CT-S (Susan Cunningham), P.O. Box 1600, Huntsville, Alabama 35807-4301. This notice is to help USACE in determining small business sources only. Large businesses need not respond. Your response to this sources sought synopsis is not a request to be considered for a contract award, be added to a prospective bidders? mailing list, or receive a copy of the solicitation. When the solicitation is available, the solicitation announcement will be published in the FED/BIZ/Op and Elec tronic Bid Solicitations (EBS) (http:www.hnd.usace.army.mil/EBS/ASP/AdvertisedSolicitations.asp). Responses to this sources sought announcement are not adequate responses to a future solicitation announcement. All interested parties must respond to that solicitation announcement separately from the response to this announcement. This is not a request for proposal and does not obligate the government to award any contract. This notice is for information and planning purposes only, does not constitute a so licitation and shall not be construed as a commitment by the Government. Previous contract awards for small business were set aside and valued at $15 million total; however, there is no guarantee that the follow-on contracts will be for a comparable amoun t. Please note that this office has not yet made a decision as to whether this procurement or a portion thereof will be set aside for small business, and it reserves the right to determine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability statements.
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville - Military Works P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Country: US
- Zip Code: 35807-4301
- Record
- SN00202489-W 20021110/021108213500 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |