Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2006 FBO #1553
SOURCES SOUGHT

Z -- Operation, Maintenance, and Minor Construction for US Army Medical Command (MEDCOM) Facilities in the Continental United States, Alaska, Hawaii, and Puerto Rico.

Notice Date
2/24/2006
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-06-SSJJ1
 
Response Due
3/10/2006
 
Archive Date
5/9/2006
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to gain knowledge of potential qualified Hub-Zone, 8(a), or Service-Disabled Veteran-Owned Small Business sources and to determine if they can effectively compete for awards under the anticipated multiple award soli citation for performance of Operation, Maintenance, and Minor Construction for US Army Medical Command (MEDCOM) facilities in the Continental United States, Alaska, Hawaii, and Puerto Rico. Depending on the number of qualified responding Hub-Zone; 8(a) or Service-Disabled Veteran-Owned Small Business concerns, this agency may reserve one or more awards for businesses in one or more of these categories. The primary service required is medical facilities operation, maintenance, and incidental minor construc tion. Task orders under the anticipated multiple award indefinite delivery/indefinite quantity contracts will typically require full-service, continuous-coverage operation and maintenance (O&M) of medical facilities to include preventive, predictive, dema nd, and emergency maintenance. In addition, task orders may be awarded for construction requirements incidental to O&M (such as installation/extension of utilities, minor reconfiguration of treatment areas to support new medical equipment, etc). There ar e a wide variety of buildings and finishes (and a variety of building ages and conditions) that will be covered on any given O&M Task Order. Buildings vary from World War II lapped siding to new pre-engineered metal buildings to towering steel-frame pre-c ast concrete skinned multi-story buildings. Example systems and equipment include but are not limited to emergency generators; electrical switchgear; electrical distribution; lighting; plumbing systems; roof and storm drain systems; heating ventilation, a nd air conditioning [HVAC] heating boilers; HVAC water chillers; HVAC cooling towers; HVAC pumps; variable frequency motor controllers; HVAC air handling units; operating room and isolation room pressurization systems; digital HVAC controls; nurse call; pa tient monitoring systems; intrusion detection systems; infant abduction systems; fire detection/alarm systems; fire sprinkler systems; carbon dioxide, wet and dry chemical fire suppression systems; elevators; pneumatic tube and box conveyor transport syste ms; medical gas systems to include medical air compressors, medical vacuum pumps, bulk oxygen tank farms, and medical gas and vacuum distribution and alarm panels; laboratory fume hoods; interior finishes; signage systems; structural building components su ch as roofs and building exterior fa?ade; and passive fire protection systems (including fire and smoke partition integrity maintenance). Contractors must be aware of the health and life safety issues that must be considered while performing these demandi ng O&M tasks in an occupied medical treatment facility  many with a critically ill inpatient population. Specific requirements, such as the stringent infection control measures in place at all medical treatment facilities, will be identified in the indiv idual task orders, but Contractors are advised that special requirements (to include requirements ranging from badging to immunization requirements for individual workers) are typically required because the work will be performed in occupied medical treatm ent and/or medical research facilities. The most applicable NAICS code is 236220 which covers maintenance, repair, and construction of commercial and institutional buildings. Multiple award Indefinite Delivery / Indefinite Quantity (ID/IQ) contracts with a base and four option year periods are anticipated, with the place of performance dependent upon individual task order requirements. All task orders will be awarded at a firm-fixed-price. Services may be required at any of MEDCOMs medical treatment facilities throughout the Continental Unite d States, Alaska, Hawaii, and Puerto Rico. All interested contractors should notify this office in writing by e mail or fax by 4:30 PM Mobile local time on March 10, 2006. Responses should include (1) Identification of the company as SBA Hub-Zone Certified, SBA 8A certified or Service Disabled Veteran Owned Small Business; (2) Address and point of contact; (3) Past Experience in performing operation and maintenance of medical facilities (identify the basic scope of the work performed, the size, location, and description of the facility(ies) served, the dates of performance, the percentage of self-performed work, and the performance rating for the work); (4) Past Experience in repairs and minor construction projects at medical facilities (identify the basic scope of the work performed, the location and description of the facility(ies) served, the dates of performance , the percentage of self-performed work, and the performance rating for the work); (5) Corporate experience and knowledge in managing operation and maintenance programs, to include personnel, management of subcontractors, scheduling, procurement of suppli es and materials, use of automated maintenance management systems, quality control, etc.; (6) Prospective offerors ability to perform in certain geographical areas, for example Southwest or Southeast United States. If a prospective offeror is able to per form in all geographical areas noted in this announcement, so state. If not, indicate in which areas the prospective offeror can perform. Send responses to US Army Corps of Engineers, Mobile District by email (preferred) to jacalyn.m.jenkins@sam.usace.army.mil, Kristie.l.brock@sam.usace.army.mil, Cynthia.y.dunham@sam.usace.army.mil or by fax to (251) 690-2675. Please limit responses to a to tal of 10 pages (5 sheets if printed double-sided), with a font no smaller than Time New Roman font size 12 or equivalent. Do not include or attach brochures in addition to your response. This notice is to help USACE in determining Hub-Zone; 8(a) or Serv ice-Disabled Veteran-Owned Small Business sources only. Large businesses need not respond. Please note that this office has not yet made a decision as to whether this procurement or a portion thereof will be set aside, and it reserves the right to determ ine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability statements. NOTE: This is NOT a Request for Proposal. Points of Contact Jackie Jenkins, 251-441-5598 Kristie Brock, 251-694-3868 Cynthia Dunham, 251-694-3860 Email your questions to US Army Corps of Engineers, Mobile at jacalyn.m.jenkins@sam.usace.army.mil kristie.l.brock@sam.usace.army.mil cynthia.y.dunham@sam.usace.army.mil PLACE OF PERFORMANCE: Dependent upon task order requirements (MEDCOM facilities - Continental US, Alaska, Hawaii, and/or Puerto Rico)
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00994418-W 20060226/060224212559 (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.