SOLICITATION NOTICE
Z -- Facilities Operation and Maintenance Support Services for the Walter Reed Army Institute of Research (WRAIR) located on the Walter Reed Army Medical Center (WRAMC) Forest Glenn Annex in Silver Spring, MD
- Notice Date
- 3/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-07-R-0019
- Response Due
- 5/9/2007
- Archive Date
- 7/8/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This acquisition will be a firm fixed price Services contract with cost reimbursement type aspects. This support services contract will include incidental new construction work wherein the Labor portion shall not exceed $2,000 for any single new con struction project. The Contract shall consist of a base period (from date of award through one year) with four one-year option periods. The projected date of award is on or about 30 July 2007 with a start of full performance on 1 September 2007. The Cont ractor will be required to provide all supervision, all labor, tools, and equipment, required for maintenance of specified existing facilities, with the exception of a small portion of specialized equipment designated as Government Furnished. All performan ce shall be on the Forest Glenn Annex in Silver Spring MD. Contract Requirements: All work to be accomplished under this Contract shall be in accordance with the requirements of the contract and in strict accordance with the contract technical specifications, contract directives and any provided drawings. Materia ls required for the services performance shall be purchased by the contractor upon approval by the COR and shall be reimbursable. Work shall include, but not be limited to the following: Operational Maintenance Repair, Preventive Maintenance, Facility Operations, Incidental Construction And Small Repair Of Buildings 500, 501, 501a, 503, 508, 508a, 511, 511a, 511b And 172a At Walter Reed Army Institute Of Research (WRAIR) Silver Spring, MD. Maintenance shall include all equipment in the DMLSS PMI schedule such as AHUs, HVAC delivery systems, chillers, boilers, pumps, electrical equipment, fire alarm system, sprinkler system, buildi ng interior and exterior, ceiling tiles, lights, painting, etc. Scheduled and unscheduled maintenance are required for the following building systems: 1) Electrical distribution system, to include emergency power generators, substations, interlocks, batteries, battery charger, elevators including the service elevator in building 511, lighting arrestor and grounding system. Electrical manholes, all circui t breakers, electrical panels, motor control systems, variable speed drives, automatic transfer switches, interior lighting systems, switch gear, transformers, and associated transfer switches. Maintain life safety, critical care, and equipment branches; e mergency fuel system; essential electrical distribution system; and non-essential electrical distribution system. Not to exceed $5,000 labor cost per project/occurrence/work order. 2) Plumbing systems, to include reverse osmosis/de-ionized water system, distilled water system, natural gas, vacuum system, compressed air system, domestic water booster pumps; domestic water, acid neutralization system, animal watering system, domestic a nd laboratory cold and hot water systems. Maintain sewage system; sump pumps; traps, floor drains, sinks, showers, acid waste system, sanitary waste system, nitrogen system, carbon dioxide system, and lift stations. Not to exceed $5,000 labor cost per pro ject/occurrence/work order. 3) All environmental systems, ice machines, water heaters, and water coolers located throughout the facilities. Not to exceed $5,000 labor cost per project occurrence/work order. 4) HVAC systems (complete), to include, but not limited to large air handling systems, HEPA filters, carbon filters, specialty fans, boilers, fuel oil pumps, chemical feed pumps, deaerator tank, surge tank, water softener, blowdown tank, pressure reducing stations, steam to clean steam generators, condensate receivers, and boiler feed pumps. Additionally, systems to include, but not limited to, variable air volume boxes, condensing units, humidifiers; reheat coils, unit heaters, secondary cooling coils, se condary humidification, exhaust fans, chilled and hot water pumps, pneumatic control air compressors, laboratory exhaust fans, air to air heat exchangers, heat exchangers, chillers, indoor and outdoor cooling towers, and chilled water and condenser water pumps. Provide water treatment program for all systems. Not to exceed $5,000 labor cost per project occurrence/work order. (COR may require or approve sub contract) 5) Fire protection systems, to include automatic sprinkler systems; fire suppression systems; fire alarm systems; and exit lights. Not to exceed $5,000 labor cost per project/occurrence/work order. (COR may require sub-contract) 6) Painting (water and oil based, and epoxy) to include but not limited to walls, floors, doors, door frames, and physical property. Not to exceed $5,000 labor cost per project/occurrence/work order. 7) Ceiling tile, floor tile, carpeting and other floor wall and ceiling covering replacements as directed by facility is included in the scope of the contract. Not to exceed $5,000 labor cost per project/occurrence/work order. Lighting systems maintenance to include interior and exterior lighting systems, re-lamping, replacing burnt out lamps, replacing ballast, and repairing fixtures are also a requirement. 8) Project work includes repair, alteration and modification maintenance of existing facility systems for which the estimated cost of labor necessary to accomplish the work will not exceed $5,000. There is no limit on cost of Materials and Equipment provi ded for a project as long as the labor cost of incorporating it into the project can be done at a labor cost not exceeding the $5,000 strict limit. (Example: Installation of a replacement $5,000 electric motor with a labor cost of $800.00) The COR and Gov ernment Project Manager, prior to initiating work projects, must approve all project work. 9) Operate and maintain the DMLSS automated maintenance management system. This requires the Contractor to verify equipment and PM schedules, prepare and submit reports, records, and work orders and input data into the DMLSS system within the time frames and limits set forth in guiding directives and user manuals. Perform all other currently required or requested DMLSS actions as contained in the current and any future revised DMLSS directives. 10) Develop Cost Estimates for all workload requirements not covered by the Maintenance Contract, and for projects requiring labor in an amount of $2,000 or more using the current editions of the R. S. Means Cost Data books. Provide to COR for approval of the project. Upon approval for local performance implement subcontracts and maintain control and records of subcontracts or activities in compliance with all requirements, including approvals of purchases and unscheduled work. (There shall be no maintenan ce contractor involvement in awarded WRAIR construction projects over $2,000 in labor costs except in the development by the Maintenance Contractor of the project requirement and price/cost estimate. These projects shall be awarded by the Corps of Enginee rs or other Contracting agencies, for new construction work in the WRAIR facilities.) 11) Obtain and provide replacement consumables and bench stock not limited to, filters, resins, chemicals, boiler water treatment, the stock replacement equipment, supplies, and spare parts, storage bins, motors, pumps, lubrication, and fuses. Contractor t o properly store and maintain inventory of Government owned spare parts and materials. 12) Contractor to provide a full RPIE inventory and tagging of equipment not limited to the above systems, to include Steam Traps, large system isolation valve, etc. 13) Contractor shall perform maintenance and repairs on the following above ground and under ground fuel storage tanks: - Building 503, (1) 30,000 and (1) 20,000 gallon above ground, horizontal storage tanks. The 30K supplies the boilers and the 20 K supplies the emergency generators. - Building 508 (1) 500 gallon above ground tank that serve the emergency generator. - Building 511 (2) 20,000 gallon under ground tanks to serve the boilers and supplies a 1000 gallons above ground tan k for the emergency generators. 14) Complete Operation of the boilers in 503 by a certified engineer shall be provided as part of the scope of this contract. Maintenance shall be controlled and performed in accordance with the DMLSS automated maintenance system provided for the facility by the Government and maintained by the Contractor. 15) Contractor to provide for key making and locksmith services when required. 16) Contractor shall provide 24-hour, 7-day per week monitoring of EMCS control room and boilers in 503. The Contractor shall be required to provide three 8 hour shifts 7 days a week under this contract. A Draft Contractors management, and QC plan shall be provided with the proposal under this Solicitation. One contract shall be awarded on a Best Value basis to the offeror whose proposal is considered most advantageous to the government given its responsiveness to all aspects and requirements of the solicitation and considering price and other non-price relat ed factors. The North American Industry Classification System (NAICS) code for this acquisition is 561210. The Proposal will be available for downloading at the USAMRAA web site: http://www.usamraa.army.mil/, Army Single Face to Industry website at https: //acquisition.army.mil/asfi, on or about 4/9/07. No paper copies of the solicitation will be mailed and telephone requests will not be honored. Contractors must be registered in the Central Contractor Registration (CCR), accessed via the Internet at http: //www.ccr.gov. Offerors pricing and Representations and certifications shall be submitted electronically. All responsible, responsive, and timely small business proposals will be considered for award. Questions regarding this solicitation may be sent to Donna Blackstone, Contract Specialist at e-mail address, donna.blackstone@det.amedd.army.mil. See Numbered Note #1.
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Country: US
- Zip Code: 21702-5014
- Record
- SN01255195-W 20070322/070320221317 (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 |