Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOURCES SOUGHT

Z -- USACIL Expansion Operation and Maintenance, Fort Gillem, GA

Notice Date
3/9/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Savannah, Attn: CESAS-CT, PO Box 889, Savannah, Georgia, 31402-0889, United States
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-10-R-0012
 
Point of Contact
Sandra B. Meyers, Phone: (912) 652-5324
 
E-Mail Address
sandra.b.meyers@usace.army.mil
(sandra.b.meyers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U. S. Army Corps of Engineers, Savannah District is seeking qualified members of the Historical Underutilized Business Zone (HubZones) concerns that qualify under the North American Industry Classification System (NAICS) code 561210 - Facilities Support Services for the Operations and Maintenance (O&M) of the facilities systems at the United States Army Criminal Investigation Laboratory (USACIL) at Fort Gillem, Georgia. The contract will be a fixed price contract for a one year base period, with four (4) additional one-year option periods The Contractor shall furnish all labor, tools, equipment, staff and management required to perform the duties of the scope of work. During the operation and maintenance the Contractor shall provide for continuous commissioning of the critical systems; and, perform scheduled and unscheduled maintenance as necessary to assure continuous facility operations and prevent disruptions that could adversely affect the mission for the USACIL, and prevent premature failure or deterioration of the facility, facilities systems, and equipment. Some of the systems that are to be maintained are (but not limited to): Roofing Systems (Metal Roof Panels, Built-up Bituminous Roofing Elastomeric Membrane Roofing, Specialty Casework); Cold Storage Room Systems; Purified Water Piping Systems; Regent Grade Water Systems; Mechanical Systems (Liquid Chiller Systems; Air Supply Systems; Distribution Systems; Ventilation and Exhaust System - Custom Air Handling Equipment; Direct Digital Control for HVAC Systems; Water Heating, Gas and Propane Air Mixture Systems); Electrical Systems (Variable Frequency Drive Systems under 600 volts; Diesel Generator Set Stationary 100-2500 kW, with auxiliaries; Uninterruptible Power Supply (UPS) Systems above 15KVA Capacity; Automatic Transfer Switch and by Pass/Isolation Switch; Interior Distribution System (Emergency Power Distribution Systems, UVS Distribution System and Motor Control Centers); Switchboards and Switchgear Systems). In addition, the Contractor must keep critical systems operation that could hinder the facility in its primary operations. Contractor shall maintain a work force on station during normal working hours and must manage the operation of the facility maintenance program, including the implementation and maintenance of a computerized Facilities Management System (FMS). Furnish and maintain storage bins, cabinets, and minimum emergency stock of replacement equipment, supplies and spare parts. As part of the continuous commissioning process, the Contractor will take whatever actions are necessary to bring the critical systems back into the conditions and within the operating performance parameters that were identified in the baseline criteria. These actions including all necessary labor, materials, and services will be at no additional cost to the Government. Contractor shall be required to respond to Priority One Service Orders 24 hours per day. The Contractor shall provide a Contract Facility Manager (CFM) who must have a minimum of 5 years experience in operation and maintenance or closely related field, including the supervision of a diversified work force responsible for maintenance and repair of electrical plumbing, mechanical and structural systems; Critical systems to included, but not limited to, all roof systems, Cold Storage Systems, water purification, and distribution system, and future systems that may be added to the Facility. This announcement is part of our market research, and responses are sought to identify sources that have the knowledge, skills, and capability to perform the work. Interested contractors, including small businesses and small business-led teams that qualify under NAICS Code 561210, are hereby invited to submit a response to the market survey to demonstrate their technical, managerial, and business capability to provide the requested services. It is anticipated that the Government will issue a firm-fixed price. The Magnitude of Construction is between $1,000,000 and $5,000,000. Small Business Size Standard for this requirement is $35.5 Million. The purpose of this sources sought synopsis is to determine the capability and availability of qualified contractors to perform these services to include 8(a) contractors, small business, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses, Woman-owned Businesses, and large business concerns. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. Receipt of potential Offeror's shall be no later than 24 March 2010. Responses may be faxed, the attention of Sandy Meyers at (912) 652-6061, mailed to U.S. Army Corps of Engineers, Savannah District, Contracting Division, 100 West Oglethorpe Avenue, Savannah, Georgia 31401, or sent via email to sandra.b.meyers@usace.army.mil and should include the following information: 1. Offeror's name, address, point of contact, telephone number, and e-mail address and 2. Offeror's business size to include designation as HUBZone, 8(a), etc. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. DO NOT SUBMIT PROPRIETY AND/O BUSINESS CONFIDENTIAL DATA. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov. Contractual Questions should be forwarded to Sandy Meyers via sandra.b.meyers@usace.army.mil or (912) 652-5324. Technical questions should be forwarded to Ken Bright via kenneth.o.bright@usace.army.mil or (912) 652-5131.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-10-R-0012/listing.html)
 
Place of Performance
Address: Fort Gillem, Forest Park, Georgia, United States
 
Record
SN02087541-W 20100311/100309235428-d962c4e7fba801bff511453c4876c79e (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.