Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2005 FBO #1432
SPECIAL NOTICE

Z -- Request For Information

Notice Date
10/26/2005
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
DHS - Border and Transportation Security, Customs and Border Protection, National Acquisition Center, Intech Two, Suite 100 6650 Telecom Drive, Indianapolis, IN, 46278
 
ZIP Code
46278
 
Solicitation Number
Reference-Number-200451128TED
 
Response Due
12/2/2005
 
Archive Date
12/17/2005
 
Description
General Information Document Type: Special Notice Solicitation Number: Reference Number: 200451128TED Classification Code: 1541 NAICS Code: 236210 ($28.5M) Contracting Officer Address Department of Homeland Security, Customs and Border Protection National Acquisition Center, 6650 Telecom Drive, Suite 100, Indianapolis, IN 46278 Description The Department of Homeland Security's U.S. Customs and Border Protection (CBP) is in the process of developing a requirement for the management and operation of a CBP National Facilities and Maintenance/Repair Program. These are operational facilities and not housing units. CBP owns numerous operational facilities located throughout the contiguous U.S., Alaska, Hawaii and Puerto Rico with many facilities concentrated along the U.S. border in Alaska, Washington, Montana, Idaho, North Dakota, Wisconsin, Michigan, Ohio, New York, Vermont, Maine, California, Arizona, New Mexico, and Texas. Many facilities are in remote locations and some facilities are operated seasonally. Management and operations of the CBP National Facilities Maintenance/Repair Program includes providing all management, labor, contracting capability, supplies, materials, and equipment to effectively, efficiently and satisfactorily perform the maintenance and repair services necessary to manage the program. Scheduled maintenance, preventive maintenance, and emergency repairs to facilities include such tasks, but are not limited to the following: - Electrical wiring replacement and repair - Replacement/ maintenance of pole mounted light fixtures - Painting, plumbing, carpentry, and roof repair - HVAC replacement and repair - Carpet and other flooring replacement and repair - Utilities repair within Government property boundaries to include security lighting, and sewer and water lines (other than provided and maintained by utility companies). - Preventive maintenance program on all CBP owned systems or equipment such as regular inspection and testing of load bearing equipment items (cranes or weight handling equipment), and checking the correct operations on pumps, motors, or fluid containment systems (fueling stations) - Minor new construction projects with a total cost of less than $750,000 (The definition of ?minor new construction? is the use of repair and alteration funding for ?new? construction projects <$750,000. ANY project funded out of the ?new construction? program will not be included in this definition, regardless of cost.) - Contractor to provide all Architectural and Engineering disciplines as required to design/construct the project. This includes the applications and receipt of any permits required for the project. - Government personnel will conduct inspections during the design/construction phases, and for accepting the final completed project Additional requirements include the management, administration, and technical supervision for the effective and timely accomplishment of the following functions: - Building condition assessments for each building, development of preventive maintenance schedules and required repairs/maintenance items and budgets - Establish an effective inspection/ monitoring program to effectively prevent major breakdowns and failures through scheduled adjustments, repairs or replacement - Development and maintenance of a national facilities database for CBP use and for meeting requirements of the Presidents Management Agenda. This database must be in place and fully operational no later than (NLT) June 2006. o The database must be compatible with the existing CBP facilities Systems Acquisition Process (SAP) computer system: CBP has the SAP Project Systems and Plant Maintenance modules to use for this database. The contractor will need to provide any additional SAP modules, if required, to create/maintain the database. o The contractor will provide training (classroom and written procedures) on any additional SAP modules recommended for procurement Responses to this Request For Information (RFI) will allow the CBP team to incorporate industry input into the initial stages of the program. Note: RFI responses will NOT be shared with other industry suppliers and will solely be used as part of the contract planning process. Disclaimer: The following requested information to be provided is for planning purposes only and does not constitute a Request For Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process. Please reference the question number with each response as follows: 1. Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address, and Size of your company (i.e. Large Business, Small Business) using FSC Code Z159 and SIC Code 1541 as the basis for your response. 2. Please provide at least three references and documentation of acceptable past performance relating to a large, preferably a national, facilities maintenance/repair program. 3. Please provide documentation of your property management experience. 4. Please provide an overview of how you would manage this program, the various remote locations and the various requirements. If you are unable to provide full coverage within the continental U.S./ Alaska/ Hawaii/ Puerto Rico, please designate the specific locations for which you could provide coverage. Since this is a national program, how would you propose to handle those facilities not within your coverage area? 5. How would you propose to classify maintenance or repair responses? What is your normal response time for both emergency and non-emergency repairs, and how would you ensure those response times? 6. Do you have published prices or a commercial price list for services and supplies? If available please provide a copy. Also, if possible please provide a pricing matrix showing possible scenarios for labor pricing, fixed fees, not to exceeds, etc? 7. Do you currently maintain or plan to develop a secure web based (i.e. ?point and click?) facility maintenance tracking system? If so, please describe. Please keep in mind the existing CBP computer system uses the SAP facilities module. Structure of Responses Contractors can respond to this RFI by e-mail to jerome.brewster@dhs.gov or send material to below contact address. Please limit response to a maximum of 30 pages (8.5? x 11?), or less, fold out pages are allowed if necessary. Contact Information The Point of Contact (POC) for this RFI is as follows: Jerome Brewster U.S. Customs and Border Protection National Logistics Center 6650 Telecom Drive, Suite 100 Indianapolis, IN 46278 Office Phone: 317-614-4783 Please submit response (e-mail or hardcopy) to the POC above no later than December 2, 2005
 
Place of Performance
Address: Nationwide
Zip Code: 46278
Country: United States of America
 
Record
SN00921457-W 20051028/051026212353 (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.