SOLICITATION NOTICE
M -- Synopsis of Proposed Contract Action for Operations and Maintenance Engineering Enhancement (OMEE) Restricted Competition
- Notice Date
- 5/1/2009
- Notice Type
- Presolicitation
- 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-0016
- Response Due
- 5/10/2009 11:59:00 PM
- Archive Date
- 7/9/2009
- Point of Contact
- Jennifer Staggs, 256-895-1745<br />
- Small Business Set-Aside
- Total Small Business
- Description
- This synopsis publicizes contract actions proposed to support the US Army Engineering and Support Centers Operations and Maintenance Engineering Enhancement (OMEE) Program. The purpose of this contract is to provide performance-based Operation and Maintenance (O&M) services at Government medical (with limited non-medical) facilities in the continental United States (CONUS), Alaska, and Hawaii, as well as OCONUS locations to include Guam, Portugal, Turkey, Spain, Japan, Germany, England, Korea, Italy, and possibly other locations. These O&M services will consist of those actions required to preserve and maintain government medical and non-medical real property facilities in such a condition that they may be effectively used for their designated functional purpose. Although this acquisition applies to both CONUS and OCONUS medical and non-medical facilities, the primary focus of this acquisition will be CONUS medical facilities. Non-medical facilities will be limited to less than 15% of the program capacity, and OCONUS facilities are projected to be approximately 10% of the program capacity. In order to accomplish this objective, the OMEE program proposes to award multiple Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, under which firm-fixed price (FFP), and limited time and materials (T&M) task orders may be issued. Specifically, task orders may be awarded for scheduled maintenance, unscheduled (corrective) maintenance, repair/replacement /renovation of facility functional areas, systems and equipment, hospital aseptic services (housekeeping), grounds maintenance, abatement, pest management, medical equipment maintenance/repair/replacement, equipment inventories, condition assessments, facility/ equipment commissioning, identification and or validation of problems/deficiencies, preparation of work plans describing method of correction/repair, actual execution of work plan to repair failed or failing medical and non-medical facility systems and equipment, implementation of automated maintenance management and computer aided design and drafting (CADD) systems, facility management support, facility-related studies such as those relating to facility sustainment, restoration, and modernization and to facility utilization, realignment, and relocation, providing software and associated licenses as needed to access databases containing facility/equipment maintenance information related to the OMEE program, project management, and other activities associated with operation, maintenance, and repair. Additionally, OMEE may be called upon to perform special studies related to BRAC, transformation planning, and other DoD medical related programs. Facility systems will include all mechanical, electrical, architectural, utility, and site systems, equipment and components. These O&M services will be performed in medical facilities including hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, utility and energy plants, labs, and storage facilities as well as some non-medical facilities associated with these medical facilities and stand alone non-medical facilities. Government medical facility maintenance, repair, and/or renovation shall conform to the requirements of the Joint Commission Environment of Care standards, American Association for Ambulatory Health Care (AAAHC) standards, and other applicable codes and standards. This objective will be achieved through the implementation of task orders issued under the terms of this contract. Some O&M funded construction services will be required (including Davis Bacon rates and bonding) to support the continual operation, maintenance and use of these facilities, systems, and equipment. These construction services may involve the alteration, renovation, conversion, and/or reconfiguration of rooms, areas, and/or facility systems of real property facilities. The proposed ordering period is for one (1) base year and four (4) one-year option periods. The total programmatic requirements expected to be awarded under the OMEE contracts are anticipated to equal approximately $465,000,000. The Government will conduct two separate competitions for award of multiple ID/IQ contracts to support this programs requirements (one unrestricted, one restricted for competition amongst small businesses). This synopsis publicizes a proposed solicitation (request for proposal) for the restricted competition. The unrestricted competition will be publicized and solicited separately. Of the total $465,000,000 programmatic capacity, the total capacity of $300,000,000 is estimated for the unrestricted MATOC pool, and $165,000,000 is estimated for the restricted MATOC pool. Each MATOC total capacity will be shared amongst all awardees in the MATOC pool. A more detailed description of the acquisition strategy will be provided in the solicitation documents. A DRAFT unrestricted solicitation is being issued along with this synopsis for industry review and comment. This solicitation will be very similar to the restricted solicitation; therefore, a DRAFT restricted solicitation will not be issued. All questions and comments on this DRAFT solicitation must be submitted by 10:00 Central Time, 11 May 2009. These comments will be taken into consideration before issuance of the official solicitation. The official restricted solicitation will be made available to interested parties through the Federal Business Opportunities website at www.fedbizopps.gov, approximately 15 -30 days after the closing date of this synopsis. All responsible sources may submit a proposal which shall be considered by the agency in accordance with the solicitation requirements. Vendors who download the solicitation are requested to contact the Contract Specialist, Ms. Jennifer Staggs, via email at Jennifer.L.Staggs@usace.army.mil with questions. Significant evaluation factors for award are anticipated to include: Technical, Management, Past Performance, and Price. Awards are anticipated to be made in early 2010.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a78122ec2de70c563eaa83701a385c15&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 />
- Zip Code: 35807-4301<br />
- Record
- SN01806641-W 20090503/090501220620-a78122ec2de70c563eaa83701a385c15 (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 |