Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2020 SAM #6946
SOLICITATION NOTICE

Z -- DoDEA Preventative Maintenance & Repair at Fort Bragg and Camp Lejeune, NC

Notice Date
12/3/2020 12:20:17 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
W2SD ENDIST NORFOLK NORFOLK VA 23510-1096 USA
 
ZIP Code
23510-1096
 
Solicitation Number
W9123621R5001
 
Response Due
12/17/2020 2:00:00 PM
 
Archive Date
01/01/2021
 
Point of Contact
Dariya M. Walker, Phone: 7572017748, Eartha Garrett, Phone: 7572017131
 
E-Mail Address
dariya.m.walker@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(dariya.m.walker@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
12/03/2020: Uploaded pre-solicitation info below. SUBJECT: ADVERTISEMENT OF PREVENTATIVE MAINTENANCE AND REPAIR SERVICES FOR DEPARTMENT OF DEFENSE EDUCATION ACTIVITY SCHOOLS, FORT BRAGG, NORTH CAROLINA & CAMP LEJEUNE, NORTH CAROLINA The Norfolk District, Corps of Engineers will be issuing a solicitation for a 100% SMALL BUSINESS SET-ASIDE, firm fixed price, best value trade-off for the preventive maintenance and repair services for Department of Defense Education Activity (DoDEA) schools, Fort Bragg North Carolina & Camp Lejeune, North Carolina. DESCRIPTION OF WORK The Norfolk District (NAO) has been tasked with issuing a solicitation for preventative maintenance and repair services for the Department of Defense Education Activity (DoDEA) - Americas, who provides a comprehensive education program, grades Pre-Kindergarten (Pre-K) up to and including High School in some areas for eligible dependent children of Department of Defense personnel. The work for this requirement includes preventive maintenance, on-demand execution of maintenance, minor repair work and incidental construction requiring carpentry, masonry, painting, plumbing, electrical, heating, ventilation and air conditioning, fire protection, metal work and roofing for DoDEA-Americas facilities at Ft. Bragg, North Carolina and Camp Lejeune, North Carolina and as identified in the Performance Work Statement. NAO anticipates awarding this action as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Priced contract line items for preventative maintenance and repairs services below a Limit of Liability (LoL) of a line item with capacity for negotiated, fixed price task orders for demand maintenance and repair requirements greater than the Limit of Liability (LoL). This action will be for a one (1) year base period, four (4) additional one (1) year option periods, and one (1) six Month option period extension. The overall estimated value of this action is approximately $16,250,000. This amount includes approximately $12,250,000 in preventative maintenance and $4,000,000 capacity for demand maintenance task orders. The NAICS code for this action is 238220, and the Small Business size standard is $16,500,000.00. PERFORMANCE OBJECTIVE The performance objective for Preventive Maintenance services described below is to increase the life, maintainability, operating capability and efficiency of equipment or systems in these schools. The contractor shall provide preventive maintenance in accordance with manufacturer�s recommendations or recommended industry association standards using replacement parts with a quality equal to or better than presently used. The Contractor(s) shall maintain mechanical equipment so that it runs properly, efficiently and continues to be maintainable throughout the contract period. Work orders, initiated using SchoolDude (preventive maintenance and service call tracking software) shall be completed within an Acceptable Quality Level (AQL) as indicated below. Work orders shall be completed in a timely manner, as identified in the performance work statement. Preventive Maintenance work orders shall be completed within a 5% AQL. Defects in completed work orders shall be no greater than the identified AQL of the samples of work that is inspected as part of the Government�s Quality Assurance Surveillance Program (QASP). The Government�s QASP specifies a 10% sampling for Preventative Maintenance work orders monthly. It will be the Contractor�s responsibility to bring existing equipment up to a condition so that it is feasible to maintain unless specifically indicated by the Government not to achieve such condition. Not achieving such condition may be the case and will be indicated so, if a school or facility is to be abandoned or replacement of specific system(s) is imminent. This could include but will not be limited to component replacement or repair, unit control repair or replacement, or unit replacement. The proposal submitted by the Contractor shall include bringing the facility maintenance program up to the APPA �Level of Performance Two � Comprehensive Stewardship.� This work will be handled as demand maintenance and repair work orders with the Contractor being responsible for all costs for equipment or system repairs below the Limit of Liability (LoL). For Demand Maintenance and Repair work orders greater than the Limit of Liability (LoL) of $20,000 for up to 4 incidents per contract year, the Contractor shall bring the requirement to the attention of the COR for consideration. All repairs for which the Government will be responsible for payment beyond the LoL will be executed through a separate negotiated task order awarded by the Contracting Officer. The Contracting Officer will award the contract to the responsible Offeror whose proposal conforms to the solicitation, and represents the best value to the Government, price and non-price factors considered. Following a technical evaluation of all proposals, the Source Selection Authority will make a best value selection in accordance with the foregoing and the source selection plan. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001 unless corrected through discussions should the Contracting Officer decides to conduct discussions. Furthermore, the Government will not make an award based on a proposal that received less than an acceptable rating for any of the non-price factors or limited or no confidence assessment rating for past performance. The Government will reserve the right to reject any and all offers. Formal source selection procedures in accordance with FAR 15.3 will be utilized. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The solicitation will be posted on the Beta Sam at https://www.beta.sam.gov. The proposal due date shall be at least 30 days after the IFB is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://beta.sam.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to beta.Sam. It is incumbent upon vendors to monitor beta.Sam for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Lack of registration in the SAM database will prevent access to beta.Sam and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications apply to this solicitation. Inquires may be directed to Projnet in accordance with the forthcoming Solicitation document TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f48f84ebf0fa4390892ca5ed51ed56b3/view)
 
Place of Performance
Address: Fort Bragg, NC 28307, USA
Zip Code: 28307
Country: USA
 
Record
SN05865913-F 20201205/201203230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.