Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2007 FBO #1972
MODIFICATION

R -- Modification of RFI searching for existing DoD contracts that have capability to provide Facilities Support Services.

Notice Date
4/19/2007
 
Notice Type
Modification
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE-07-T-RS01
 
Response Due
4/27/2007
 
Archive Date
6/26/2007
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION FOR FACILITY MANAGER SUPPORT SERVICES THIS IS NOT A SOLICITATION. IT IS A REQUEST FOR INFORMATION. In accordance with FAR Para 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 1.0 PURPOSE. The purpose of the Request for Information (RFI) is to gather information about EXISTING Department of Defense (DOD) contracts that are capable of providing the services shown in the attached statement of work. 2.0 RFI Response. Responses should specifically state what DoD contract is available, i.e. contract number, Issuing Agency, POC and also provide a quote for the services. Services are required for a base period of 12 months with 4  12 month option perio ds. All responses must be unclassified. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their response are proprietary and should mark them accordingly. All responses or questions regarding th is RFI must be addressed to Rumiko Shimooka, 404-464-3739 or e-mail at rumi.shimooka@us.army.mil. Note: The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal, nor should it be considered as a commitment on the part of the Government. Statement of work is attached. SCOPE OF WORK Building / Facilities Management Support For Southeast Region Office, Director of Public Works 1.0 BACKGROUND. The Department of Army is transforming installation management methodically to ensure all major commands (MACOM) and proponents worldwide are included, phasing major components of the transition in over a two-year period: Effective October 1st, 2002, IMA Headquarters, in Arlington, VA, formally activated and it inclu des seven regional offices, four in the continental U.S. and three overseas. During fiscal year 2003, the former MACOM workforce will remain in its current locations, shifting focus to support IMA regional offices. Funds will be fenced and major commands will serve as bankers for IMA installation resources under the operational control of the Regional Directors. Garrisons will remain on MACOM organizational documents during fiscal 2003. Garrison commanders will be rated by the respective IMA Regional Director and senior rated by the Commanding General over the \ Installation. In fiscal 2004, IMA Headquarters will fund garrisons directly and garrisons will be moved to the IMA organizational document. By fiscal 2005, the redesign of IMA business proces ses will be completed and regions will be staffed with end-state authorizations. 2.0 OBJECTIVE. Provide Facilities Management and Building Management Support and technical expertise to the Southeast Region Office of the IMA. Assist the DPW with a smooth transition to the newly created IMA. 3.0 REQUIREMENTS. The contractor, as an independent contractor and not as an Agent of the Government, shall provide support to Director of Public Works to expertly and efficiently mange building resources to ensure maximum utilization of space. The contractor will also ensure that facility remains in top condition by aggressively managing the maintenance and repair program. In order for the contractor to successfully accomplish the duties under this scope of work, the contractor must complete the following tasks. 3.1 Facility Management Support Services: The Contractor shall provide facilities management support services for IMA SERO. Facilities designated for use by IMA SERO are buildings 171, 170, & 169 located at Fort McPherson, Georgia 30330. Buildings 171, 170, & 169 are architecturally tied together and may be accessed from within. Buildings 169 and 170 are undergoing renovation and will not be ready for occupancy until s ummer of FY03. Subtask 1  The Contractor shall coordinate and execute where appropriate all maintenance service requirements including but not limited to: Heating, Air Conditioning, Water, Electrical Service, Lighting, Extermination of pests, Plumbing, Planning for movement of personnel, work files and work stations from building 200 to designated work area. Subtask 2  The contractor shall coordinate and submit work order requests for repairs or service as required to the appropriate installation support service provider. Subtask 3  The Contractor shall coordinate and execute where appropriate, all security equipment maintenance service requirements. Subtask 4  The Contractor shall coordinating and execute where appropriate, all building safety requirements. Subtask 5  The Contractor shall coordinating and execute where appropriate, all space utilization and management requirements. Subtask 6  The Contractor shall coordinate and execute where appropriate, all office layout requirements. Subtask 7  The Contractor shall coordinate and execute where appropriate, all building remodeling requirements. Subtask 8  The Contractor shall coordinate and execute where appropriate, all new construction requirements. Subtask 9  The Contractor shall coordinate and execute where appropriate, all building alteration requirements. Subtask 10  The Contractor shall coordinate and execute, where appropriate, the necessary planning to have work stations installed and prepared for work use. Subtask 11  The Contractor shall plan and coordinate the scheduling, pick up and delivery of appropriate work product, paper files, and automation assets to support individual employees at designated work site and have them moved to new work site in eithe r building 170 or 169. 3.2 Facility Management Advisory Services: The Contractor shall serve as an advisor to the Southeast Region Office  Installation Management Agency on all facility and building matters. Subtask 1  The Contractor shall develop plans for the most efficient and effective utilization and reallocation of space. Subtask 2  The contractor shall serve, if applicable, on the Southeast Region Office  Installation management Agency facility management board. Subtask 3  The contractor shall assist the government in preparing annual budget estimates in support of facilities maintenance and renovation. Subtask 4  The contractor shall develop a schedule for conducting facilities inspections, and shall conduct quarterly inspections in accordance with the government approved schedule. These inspections are conducted to advise on and or identify problems o r potential problems at the Southeast Region Office  Installation Management Agency (IMA) facilities. Subtask 5  The contractor shall assist Southeast Region Office  IMA staff sections in the planning of construction and refurbishment projects. Subtask 6  The contractor shall provide, as required, a Facilities and Building Plans and Projects Update Report to ensure the Southeast Region Office  IMA is current on all facility issues. Subtask 7  The contractor shall provide, as required, a Space Allocation Report, which provides the status of additional requirements, efficiency of use of allocated space and provides recommendations for maximizing the use of available space. Subtask 8  The contractor shall provide, as required, an Annual Budget Estimate in support of the Southeast Region Office  IMAs Operating Budget. Subtask 9  The contractor shall provide, as required, a Facility Inspection Report within five working days following any facility inspection. Subtask 10  The contractor shall perform as the primary point of contact for the following programs: Kay and Lock Custodian, Physical Security Manager, Energy Control Officer, and Crime Prevention Officer. The contractor will ensure appropriate regulato ry guidance is followed to ensure a safe, comfortable wo rk environment for all employees. 4.0 PROGRESS REPORTS/INVOICES. The contractor shall submit monthly contracting officer technical representative (COTR) certified reports to SERO DPW office, or designated representative. The monthly reports shall contain an accurate, up-to-date account of all work completed during the month, copies of any invitational tr avel orders, and shall notmally be no longer than two typed pages in length. 5.0 TRAVEL. Travel is not required. 6.0 GOVERNMENT FURNISHED INFORMATION AND EQUIPMENT: SERO DPW shall furnish information describing the content and format for each deliverable required. SERO DPW will provide or make available either in written or electronic format, copies of relevant Ar my guidance relating to the IMA program, building and facilities management and all relevant government regulation. SERO DPW will also provide the necessary office supplies, government computer workstation and peripherals to accomplish the daily requireme nts of this position. 7.0 CONTRACTOR FURNISHED EQUIPMENT. The contractor is not required to provide a computer or other automation hardware or software. Any unique automation requirements that are required by the contractors company must be compatible with Forces Command ha rdware and software and will remain the responsibility and property of the contractor. 8.0 PERIOD OF PERFORMANCE (POP): POP is for a 12-month base period with 4 12-month option periods.
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN01277068-W 20070421/070419221121 (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.