Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
MODIFICATION

Z -- Base Operations Support Services

Notice Date
6/17/2005
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-05-R-0006
 
Response Due
6/29/2005
 
Archive Date
8/28/2005
 
Point of Contact
Ann Hoffman, 505-678-8395
 
E-Mail Address
ACA, White Sands Missile Range
(hoffmanam@wsmr.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This solicitation will result in a single performance based Requirements contract and award will be based on best value tradeoff procedures. The services under this requirement are facilities maintenance, grounds maintenance, custodial service, and H VAC service/support. The Installation consists of approximately 30 acres of improved grounds, 450 acres of semi-improved and 26 acres of xeriscaped. There are currently 218 active buildings, approximately 1,684,957 sq ft. of janitorial work and HVAC system s that typically consist of two and four pipe hydronic heating and cooling zoned central air, roof top refrigerated air, evaporative cooling, gas fired furnace heating, low pressure steam heating, air and water cooled chillers, or VAV air distribution. The contractors work and responsibility shall include all Contractor planning, programming, administration, management, and execution necessary to provide the specified services. The Contractor shall conduct work in accordance with all applicable Federal, St ate, and local laws, regulations, and directives. The Contractor shall perform all related Contractor administrative services required to perform work such as materiel requisitioning, quality control (QC), financial control, and correspondence. The Contrac tor shall also maintain accurate and complete records, files, and libraries of documents to include Federal, State, and local regulations, codes, laws, technical manuals, and manufacturer's instructions and recommendations, which are necessary and related to the functions being performed. The Installation consists of approximately 30 acres of improved grounds, 450 acres of semi-improved and 26 acres of xeriscaped. There are currently 218 active buildings, approximately 1,684,957 sq ft. of janitorial work and HVAC systems that typically consist of two and four pipe hydronic heating and cooling zoned central air, roof top refrigerated air, evaporative cooling, gas fired furnace heating, low pressure steam heating, air and water cooled chillers, or VAV air di stribution. It is anticipated that award will be made prior to 1 October 2005. We perfer to make payment by VISA credit card. This is a Small Business Set-Aside. The North American Industrial Classification System Code is 561210 with a small business sta ndard of $30.M. This requirement is being solicited using the multi-step procedures found at Federal Acquisition Regulation 15.202. This notice shall be considered Phase I of the selection and award process. An explanation of this process and the informa tion you need to submit in response to this synopsis are located on our webpage at http://www.wsmr.army.mil//docpage/pages/sol_stat.htm. Also on the webpage you will find a draft of the Performance Requirements Summary (PRS). The submissions for this first step must be submitted by 2:00 PM MST on 29 June 2005. Submissions must be made electronically to hoffmanam@wsmr.army.mil. Documents must be in a format that can be read by Microsoft Office 2000 applications (Word, Excel, and/or PowerPoint) all information submitted in response to this announcement is voluntary and does not constitut e a Request for Proposal. The Government does not intend to award a contract based solely on the submission to this request nor does it intend to pay for any costs incurred as a result of this announcement. To be eligible for award, contractor must be reg istered in the Central Contractor Registration (CCR) System. CCR web address is http://www.ccr.gov. Any questions may be directed to Mrs. Ann Hoffman, U.S. Army Contracting Agency, Southern Region, Directorate of Contracting, ATTN: SFCA-SR-WS, Building 143, White Sands Missile Range, New Mexico 88002-5201 or e-mail address: hoffmanam@wsmr.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DABK/DABK39/W9124Q-05-R-0006/listing.html)
 
Place of Performance
Address: ACA, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
Zip Code: 88002-5201
Country: US
 
Record
SN00832165-F 20050619/050617211957 (fbodaily.com)
 
Source
FedBizOpps.gov 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.