Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2008 FBO #2522
DOCUMENT

99 -- DLA HQ Complex Mechanical Maintenance - Presolicitation Notice

Notice Date
10/20/2008
 
Notice Type
Presolicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Support Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
GSSIF09175005
 
Archive Date
12/19/2008
 
Point of Contact
constance v. house,, Phone: 7037-767-1168, Beverly J Williams,, Phone: 703-767-1192
 
E-Mail Address
constance.house@dla.mil, Beverly.J.Williams@dla.mil
 
Small Business Set-Aside
N/A
 
Description
The Defense Contracting Services Office has a requirement for mechanical maintenance services and intends to issue a formal Request for Proposals (RFP) on November 5, 2008 via Federal Business Opportunity (FedBizOps). A scheduled site visit date will also be released at that time. The purpose of the requirement is to obtain operation, maintenance, service, repair, and minor construction/alteration services for buildings, structures and related systems and equipment at the Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2462, located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060 and the Child Development Center (CDC), Building 2468, located at 8715 Wills Road, Ft. Belvoir. The responsible contractor shall hold a current Facility Security Clearance and be capable of performing in accordance with standards outlined in the attached Performance Work Statement. Services include, but are not limited to, operation, maintenance, service, repair, and minor construction/alteration services for buildings, structures and related systems and equipment. The contractor shall furnish all labor, supervision, tools, materials, equipment, incidental engineering, transportation, and management necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications. The solicitation will result in a combination Firm Fixed Price - Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a base period (January 1, 2009 through December 31, 2009) and four (4) one-year option periods extending through 31 December 2013. Recurring maintenance and repair services will be awarded as firm fixed price line items, some as monthly services and others as one-time annual services. Throughout the term of this contract, there may be additional non-recurring requirements for facility alterations, extraordinary repairs, and/or Americans with Disabilities Act (ADA) upgrades not currently known but subsequently deemed necessary. A separate statement of work will be provided to the contractor for all such work, which will be separately priced and placed against the contract as Indefinite Delivery/Indefinite Quantity (IDIQ) task orders for services and incidental materials. This acquisition is unrestricted. The NAICS code is 561210 – Facilities Support Services12 and the size standard is $32.5 million in average annual gross receipts. The successful contractor which holds a current Facility Security Clearance will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must hold a Facility Security Clearance and must be registered in the DoD Central Contractor Registration (CCR). Register via the CCR website www.ccr.gov. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of Fed Biz Opps. No bidders mailing list will be maintained. Offers will be submitted on the Standard Form 33 and must include as a minimum the items listed in FAR Clause 52.215-1(c). This clause may be viewed at http://farsite.hill.af.mil. Any questions regarding this notice should be directed to Constance House via email at constance.house@dla.mil, or Beverly J. Williams via email at beverly.j.williams@dla.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eb90334fa4f2bbbc7f936e57535ed362&tab=core&_cview=1)
 
Document(s)
Presolicitation Notice
 
File Name: Peformance Work Statement( PWS) for Andrew T. McNamara (ATM) Headquarters Complex (HQC) Mechanical Services (PWS Posted for Presolicitation Notice.doc)
Link: https://www.fbo.gov//utils/view?id=be30d891c704445625a6f1f0a4c45104
Bytes: 284.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 8725 John J. Kingman Road, Building 2462 and the Child Development Center (CDC< Building 2468 8715 Willis Road, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN01693850-W 20081022/081020214747-eb90334fa4f2bbbc7f936e57535ed362 (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.