Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2007 FBO #1908
SOLICITATION NOTICE

Z -- OPERATION AND MAINTENANCE SERVICES FOR DOD ARMY MEDICAL FACILITIES NATIONWIDE, INCLUDING ALASKA, HAWAII AND PUERTO RICO.

Notice Date
2/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-07-R-0023
 
Response Due
4/18/2007
 
Archive Date
6/17/2007
 
Small Business Set-Aside
N/A
 
Description
POC FOR THIS SOLICITATION IS MS. KRISTIE L. BROCK, email: kristie.L.Brock@sam.usace.army.mil. THIS PROJECT IS ADVERTISED ON AN UNRESTRICTED BASIS PURSUANT TO THE SMALL BUSINESS COMPETITIVE DEMONSTRATION PROGRAM. THE NORTH AMERICAN INDUSTRY CLASSIF ICATION SYSTEM (NAICS) CODE FOR THIS PROJECT IS 236220. In general, the work consists of furnishing all labor, supervision, tools, materials, and equipment necessary to perform Operation and Maintenance Services for DOD Army Medical Facilities nationwide, including Alaska, Hawaii and Puerto Rico. Anticipated w ork contains full-service, continuous-coverage operation and maintenance (O&M) of medical facilities to include preventive, predictive, demand, and emergency maintenance. In addition, task orders may be awarded for construction requirements incidental to O&M (such as installation/extension of utilities, minor reconfiguration of treatment areas to support new medical equipment, etc). There are a wide variety of buildings and finishes (and a variety of building ages and conditions) that will be covered on a ny given O&M Task Order. Buildings vary from World War II lapped siding to new pre-engineered metal buildings to towering steel-frame pre-cast concrete skinned multi-story buildings. Example systems and equipment include but are not limited to emergency generators; electrical switchgear; electrical distribution; lighting; plumbing systems; roof and storm drain systems; heating ventilation, and air conditioning [HVAC] heating boilers; HVAC water chillers; HVAC cooling towers; HVAC pumps; variable frequency motor controllers; HVAC air handling units; operating room and isolation room pressurization systems; digital HVAC controls; nurse call; patient monitoring systems; intrusion detection systems; infant abduction systems; fire detection/alarm systems; fire sprinkler systems; carbon dioxide, wet and dry chemical fire suppression systems; elevators; pneumatic tube and box conveyor transport systems; medical gas systems to include medical air compressors, medical vacuum pumps, bulk oxygen tank farms, and medica l gas and vacuum distribution and alarm panels; laboratory fume hoods; interior finishes; signage systems; structural building components such as roofs and building exterior fa?ade; and passive fire protection systems (including fire and smoke partition in tegrity maintenance). Contractors must be aware of the health and life safety issues that must be considered while performing these demanding O&M tasks in an occupied medical treatment facility, many with a critically ill inpatient population. Specific r equirements, such as the stringent infection control measures in place at all medical treatment facilities, will be identified in the individual task orders, but Contractors are advised that special requirements (to include requirements ranging from badgin g to immunization requirements for individual workers) are typically required because the work will be performed in occupied medical treatment and/or medical research facilities. The Government contemplates awards of at least two Indefinite Delivery/Indef inite Quantity contracts resulting from this solicitation which will include a base year and four one-year options. Firm Fixed-Price Task Orders will be issued against the contracts. The total maximum value to be shared amongst all contracts awarded under this solicitation is $200,000,000.00 over five years. There is no guarantee that this maximum value will be distributed equally. Awardees will share this total value through a competitive task order award process. The requirement is handled by the U.S. Ar my Corps of Engineers, Mobile District, Mobile, AL. Solicitation documents should be available for download on or around 2 March 2007. Contracting Officer for this project is Mr. Leo J. Hickman. Questions specific to this solicitation may be answered by sending an email to Kristie.Brock@us.army.mil, Jacalyn.Jenkins@us.army.mil, and Cynthia.Dunham@us.a rmy.mil, or facsimile: 251-690-2675. There is no cost for this solicitation. All responsible sources may submit an offer that shall be considered. Other forms of communicating questions to the Government will not be honored. The Government will try to r espond to all questions, however, response may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to bid opening). Note No. 1: A pre-proposal conference is tentatively set to be held at 109 St. Joseph Street, Mobile, Alabama on March 15, 2007 from 9:00 a.m. to 11:00 a.m. Offerors should refer to Section L, Contract Clause 952.000-4133, PRE-PROPOSAL CONFERENCE, in the solicitation for detailed information. The purpose of the conference is to familiarize the Offerors with the scope of work, address questions concerning the project, and familiarize the bidders with the Scope of Work, address bidders questions concerning t he project, and the Best Value process. Attendance at the conference is strongly recommended. Notes from the pre-proposal conference will be prepared by the Government and placed on the FedTeDS website. It is requested that a representative of each offeror attend the pre-proposal conference. The numbers of attendees are limited to four from each firm. Names of individuals from each company who will attend the conference should reach the following addressee no later than (5) working days prior to the confere nce. Attendees may register via fax (251-690-2675) or email Kristie.L.brock@sam.usace.army.mil; Jacalyn.m.jenkins@sam.usace.army.mil; and Cynthia.y.dunham@sam.usace.army.mil. All attendees must bring a photo ID (such as valid drivers license) the day of th e pre-proposal conference. All individuals will be issued a temporary badge the day of the conference. Please allow plenty of time at the badging office. The Government shall assume no responsibility for any understanding or representations concerning cond itions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the specifications, or related documents. Note No. 2: EFFECTIVE IMMEDIATELY; the U.S. Army Corps of Engineers, Mobile District, is implementing a new procedure for posting all NEW solicitations. The Mobile District Electronic Bid Solicitations (EBS) system will no longer be used to post solicitat ions. The new system, called Federal Technical Data System (FedTeDS), is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. All prospective contractors and their subcontractors and suppliers must b e registered in FedTeDS before they will be allowed to download solicitation information. Solicitation documents, plans and specifications will only be available via the Federal Technical Data Solution FedTeDS Homepage https://www.fedteds.gov/. Registrat ion for plans and specifications should be made via FedTeDS.gov Internet Homepage. The information listed is required to register: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAG E Code; and Telephon e Number. d. E-Mail address. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register the ir firm or office on the FedTeDS system in order to be able to download the electronic files. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is the Contractors responsibility to check this web page daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this soli citation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Gove rnment's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 3: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No.4: All advertisements of Mobile District projects will be through the FedBizOpps and/or the Federal Technical Data System (FedTeDS). DETAILED INFORMATION ON THIS AND OTHER MOBILE DISTRICT PROJECTS (Ordering Solicitations, Points of Contact, Synops is of Work, etc.) are available on the Internet at: https://www.fedteds.gov.
 
Place of Performance
Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN01232254-W 20070216/070214220925 (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 |
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.