SOURCES SOUGHT
Z -- Building Operations and Maintenance for Aviation Operations Center - Performance Work Statement Table of Contents
- Notice Date
- 8/5/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
- ZIP Code
- 20537
- Solicitation Number
- DJD-11-R-0032
- Point of Contact
- Eric VanderVeen,
- E-Mail Address
-
eric.vanderveen@usdoj.gov
(eric.vanderveen@usdoj.gov)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Table of Contents BACKGROUND This is a Sources Sought notice to support the Drug Enforcement Administration's (DEA) Aviation Division. The purpose of this Sources Sought notice is to gather information regarding building operations and maintenance capabilities. REQUIREMENTS The DEA Aviation Division is seeking information from potential sources for full facilities operations, maintenance and related support services for the Aviation Operations Center (AOC) located in Fort Worth, Texas. This requirement includes management, supervision, labor, materials, equipment, and supplies, as well as scheduled and unscheduled maintenance and repairs of equipment and systems located within the property line of the DEA-owned facility to include the following: · Architectural and structural systems, fixtures, and equipment. · Control systems · Electrical systems and equipment. · Elevator and vertical transportation systems (i.e., elevators, escalators, dumbwaiters, lifts, etc). · Fire protection and life safety systems and equipment. · Furniture and other materials (not installed as fixtures) · Mechanical, plumbing, energy management control systems (EMCS); and heating, ventilation, and air conditioning (HVAC) systems and equipment. · Service request desk operations, to include recordkeeping using a computerized maintenance management system (CMMS) as well as other administrative functions. The following systems are excluded: · Equipment owned by servicing public utilities. · Fitness center equipment. · Kitchen appliances and equipment (except for ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm). · Lawn sprinkler heads and landscape irrigation systems. · Non DEA-owned and operated equipment. · Paper and soap dispensing equipment in restrooms. · Security systems. · Telecommunication systems. · Upgrade of software or software licenses to include BAS and CMMS building automation systems. The area to be maintained is within a 12 acre site which includes an 83,400 square foot hangar building structure. The hangar is comprised of the following: 39,063 square feet of shops, a firing range and support space on the first floor; 30,767 square feet of general office space on the second floor; a 266 square foot guard house; a 64 square foot guard booth; and a 1,732 square foot pump house. The site includes approximately 250,000 square feet of roads, aprons, and parking areas, as well as the systems and equipment associated with these areas; i.e., lights, fencing, curbs, storm drains, and fire hydrants. See attachment for the Performance Work Statement Table of Contents, which further illustrates the scope of this requirement. RESPONSES Interested sources are asked to provide their responses in Times New Roman, 12 -point font. Responses must include the following information: 1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and GSA schedule number (if applicable). 2. A corporate capability statement between one and five pages that includes relevant experience within the past three years. Relevant experience is defined as possessing the experience described in the "Requirements" section above. 3. A representative sample of contracts your firm was awarded to provide the requirements as described in this notice within the past three years. For each contract listed, include the type of contract; total estimated value; contract period of performance (e.g., base and number of option periods); customer (i.e. federal agency) and respective point of contact (e.g., point of contact's name, phone number, and email address). 4. A Rough Order of Magnitude (ROM) pricing for one year of services. SUBMISSION All responses to this notice shall be submitted in writing to Eric VanderVeen, Contract Support Specialist, at eric.vanderveen@usdoj.gov no later than 4:00 PM Eastern Standard Time (EST) on August 11, 2011. Please note that the information provided in this Sources Sought notice is to be used for acquisition planning purposes to determine the available sources for the services described herein. This is not a solicitation and proposals are not being requested at this time. This notice is not to be construed as a commitment by the Government to issue a solicitation or award. Responses will not be considered proposals. The DEA will not be responsible for any costs incurred by interested sources responding to this Sources Sought notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/DJD-11-R-0032/listing.html)
- Place of Performance
- Address: Fort Worth, Texas, 76177, United States
- Zip Code: 76177
- Zip Code: 76177
- Record
- SN02524538-W 20110807/110805235815-3e94b1b85ee8281068ddd6e2ba6a4a29 (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 |