Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2009 FBO #2623
SOLICITATION NOTICE

J -- This is a modification to the sources sought notice posted on 1/28/09 for solicitation # W912DY-09-R-OMEE. This modification adds an email address for the electronic submissions to paragraph 8.

Notice Date
1/29/2009
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Huntsville, US Army Corps of Engineers, Huntsville, P. O. Box 1600, Huntsville, AL 35807-4301
 
ZIP Code
35807-4301
 
Solicitation Number
W912DY-09-R-OMEE
 
Response Due
2/13/2009
 
Archive Date
4/14/2009
 
Point of Contact
Jennifer Staggs, 256-895-1745<br />
 
Small Business Set-Aside
Partial Small Business
 
Description
Sources Sought Announcement SOL: W912DY-O9-R-OMEE POCs: Contract Specialist, Jennifer Staggs (256) 895-1745 jennifer.l.staggs@usace.army.mil Contracting Officer, Earl Johnson (256) 895-1128 1. This is a sources sought synopsis to gain knowledge of potential qualified businesses to compete for awards under the anticipated multiple award solicitation. Depending on the number of qualified responding small business concerns, this agency may reserve one or more awards for small businesses. 2. If your firm provided a capability statement earlier, please respond either by confirming the earlier statement by updating the statement as needed. 3. The Operation and Maintenance Engineering Enhancement (OMEE) mission is to provide Operation and Maintenance (O&M) Services at Government medical facilities. The U.S. Army Engineering and Support Center, Huntsville, Alabama is seeking sources for potential contracts to provide support for the OMEE program to provide O&M services including repair and replacement of equipment and O&M related construction services at Government medical and non-medical facilities in the continental Unites States (CONUS) and outside the continental United States (OCONUS) in areas including but not limited to Alaska, Hawaii, Guam, Puerto Rico, Spain, Portugal, France, Germany, Italy, Turkey, Korea, and Japan. 4. O&M services include such activities as preventive maintenance (PM) and repair of facility systems and equipment, custodial/housekeeping, grounds maintenance, medical equipment maintenance, construction within and without facilities, and other activities associated with operation, maintenance, and repair. Facility systems include all mechanical, electrical, architectural, and site systems, equipment and components. Typical work may include repair and/or replacement of HVAC equipment, generators, fire alarm systems, electrical and lighting systems, medical gas and vacuum systems, windows, doors and flooring, duct cleaning, asbestos abatement/removal/disposal, minor paving, and similar efforts. Anticipated work may include equipment inventories, condition assessments, identification and or validation of problems/deficiencies, preparation of work plans describing method of correction, actual execution to repair failing medical and non-medical facility systems and equipment, implementation of automated maintenance management systems, facility management support, minor construction, and project management. Government medical facility repair shall conform to the requirements of the Joint Commission of Accreditation of Health Care Organizations (JCAHO) Environment of Care Standards or the Accreditation Association for Ambulatory Health Care (AAAHC) standards as applicable. 5. The most applicable North American Industrial Classification System Code (NAICS) is 561210, Facilities Support Services, with a small business size standard of $32.5 million, footnote 12. 6. It is anticipated that multiple award, Indefinite Delivery, Indefinite Quantity (ID/IQ) contracts with a one year base period and four one-year option periods, will be awarded to qualified contractors resulting in a combination of fixed price and time and materials orders. 7. New responses to this notice should include: (a) Company name and address; (b) Point of contact name, phone number and email address; (c) Size of business pursuant to NAICS Code 561210, (large, small, small disadvantaged, HUBZone, woman owned or operated, service disabled, veteran owned, or 8(a) firm). (d) Describe your experience in the following areas: i. Performing and/or managing maintenance and repair work (as described in paragraph 3 above) at medical facilities. For each item listed, provide your status as either a prime, subcontractor, or in a teaming arrangement and with what other firms. (In addition to experience at medical facilities, experience at non-medical facilities should be provided.) ii. Developing schedules, quality control plans, safety plans, and methods of cost control. iii. Providing quality assurance over required effort. iv. Managing operation and maintenance programs, to include personnel, and management of subcontractors v. Working with JCAHO and AAACH standards. vi. Negotiating Collective Bargaining Agreements (CBA) (e) Briefly summarize projects performed in the last five years that demonstrate your experience in performing the services listed in paragraph four above. Include point of contact information, dollar value, location, and size of facilities (approximate area in square feet) for each project. (f) Prospective offerors ability to perform in locations outside the continental United States. (g) Describe your financial capability in the following areas: i. Bonding capacity per project/task order? ii. Aggregate bonding capacity for all projects? iii. The OMEE program currently has task orders in place with monthly invoices ranging from $10K to $900K. State your dollar range ability to meet obligations (payroll, vendors, subcontractors, etc.) for all projects on a monthly basis. 8. Please submit one electronic copy of your qualification statement, limiting your response to 10 pages (single spaced, front side only, no smaller than Times New Roman, font size 12 or equivalent) to Jennifer Staggs at jennifer.l.staggs@usace.army.mil. Do not include or attach brochures in addition to your response. Responses to this notice must be received no later than 15 days from the issuance date of this synopsis. 9. This notice is to help USACE in determining the overall pool of interested sources. Your response to this sources sought synopsis is not a request to be considered for a contract award or receive a copy of the solicitation. When the solicitation is available, the solicitation announcement will be published in the FedBizOpps. Responses to this sources sought announcement are not adequate responses to a future solicitation announcement. All interested parties must respond to that solicitation announcement separately from the response to this announcement. This is not a request for proposal and does not obligate the government to award any contract. This notice is for information and planning purposes only, does not constitute a solicitation and shall not be construed as a commitment by the Government. Previous contract awards for small business were set aside and valued at $150 million total; however, there is no guarantee that the follow-on contracts will be for a comparable amount. Please note that this office has not yet made a decision as to whether this procurement or a portion thereof will be set aside for small business, and it reserves the right to determine the appropriate method of procuring the above services based upon its analysis and evaluation of the capability statements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e4025090fd55b06b7d5d9bb0f5d72eea&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Huntsville P. O. Box 1600, Huntsville AL<br />
Zip Code: 35807-4301<br />
 
Record
SN01740090-W 20090131/090129215113-e4025090fd55b06b7d5d9bb0f5d72eea (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.