MODIFICATION
R -- Sources Sought for Reliability Centered Maintenance Implementation for healthcare and medical research laboratory facilities, in support of the U.S. Army Medical Command’s (MEDCOM) Sustainment, Restoration, and Modernization Program.
- Notice Date
- 11/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-13-R-0011
- Archive Date
- 12/13/2012
- Point of Contact
- Katherine L. Bealle, Phone: 251-694-3865
- E-Mail Address
-
Katherine.L.Bealle@usace.army.mil
(Katherine.L.Bealle@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, Mobile Regional Contracting Center is seeking information regarding capability and availability of potential contractors to perform an Indefinite Delivery Indefinite Quantity Task Order Contract for Reliability Centered Maintenance Implementation for healthcare and medical research laboratory facilities, in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization program. A determination regarding the potential for small business set-asides will be based on the information and interest received as a result of this notice. It is anticipated that the potential contract would have a world-wide scope (continental United States, Alaska, Hawaii, US possessions, and limited MEDCOM sites in locations such as Germany, Japan, and Korea). The primary contract intent is preparation and execution of a program for the systematic improvement of operations and maintenance of medical facilities by providing initial implementation of reliability centered maintenance process at sites identified in the individual task orders. Anticipated work includes accurate cataloging of real property installed equipment (RPIE) and attribute data for components, preparation of criticality assessments, determination of failure modes for critical equipment and components, baseline measurement of selected real property components using condition monitoring techniques (to include vibration analysis, infrared thermography, oil analysis, motor circuit evaluation and ultrasound), development of enhanced maintenance plans (EMP), preparation of gap analyses, Preventive Maintenance (PM) Optimization (comparing the engineered maintenance strategy to the existing strategy), updates to DMLSS-FM data fields to include enhanced maintenance PM/CM procedures, RCM training, assistance in the development of Work Management Processes (Planning) that support the RCM initiative, and similar efforts in support of RCM implementation. The location and scope of work will vary by task order. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Small Disadvantaged Businesses, Women-Owned Businesses, and Large Business Concerns. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 541990. The Small Business Size Standard is $14 million. Offerors are requested to respond to this Sources Sought Synopsis with the following information which shall not exceed ten pages: 1. Offeror's name, addresses, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include geographic span, logistic complexity, and project size. Medical facility experience and experience in development of RCM processes/programs are required. 3. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 4. No more than three (3) projects that are at least 50% complete within the past five years that demonstrate their capability to perform the type of work described above. Project information is not to exceed 1 page per project and should include title, location, general description of the project, relevance to the current requirement, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). Interested Offerors shall respond to this Sources Sought Synopsis no later than 28 November 2012. NO RESPONSES WILL BE ACCEPTED BY FAX OR E-MAIL. ALL RESPONSES MUST BE MAILED to: U.S. Army Engineer District Mobile, Attn: CT-C/Katherine Bealle, P.O. Box 2288, Mobile, AL 36628. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-13-R-0011/listing.html)
- Record
- SN02930472-W 20121116/121114234320-719b575fd2afd324c3ea5ce309f6c23d (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 |