SOLICITATION NOTICE
M -- BASE OPERATION SUPPORT SERVICES - SYNOPSIS/SOLICITATION
- Notice Date
- 4/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. 4502, Arlington, Virginia, 22204-4502, United States
- ZIP Code
- 22204-4502
- Solicitation Number
- HC1047-10-R-4002
- Archive Date
- 5/4/2010
- Point of Contact
- Kim Oanh P. Scott, Phone: 301-677-5290, Jerl S Traylor, Phone: 301-677-5260
- E-Mail Address
-
KimOanh.Scott@disa.mil, jerl.traylor@disa.mil
(KimOanh.Scott@disa.mil, jerl.traylor@disa.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis/Solicitation SF1449 1. This requirement is a direct result of the 2005 Base Realignment and Closure initiative (BRAC) which moves 4,300 military, DoD civilian, and contractor personnel of Defense Information Systems Agency (DISA) to Fort Meade, MD, from government-owned and leased facilities in Northern Virginia. Additionally, several external tenant activities will relocate with DISA to Fort Meade. On 29 February, 2008, contract W912DR-08-C-0012, a design-build construction contract, was awarded for the new state-of-the-art DISA Headquarters (H Q) Facility complex. As a result, DISA, has a requirement to establish a Base Operations Support Services (BOS) contract for this new facility. The new headquarters is a high-tech, multi-story, state-of-the-art administrative/laboratory complex incorporating the latest developments in technology, and is of approximately 1,070,000 gross square feet. Facilities include sensitive compartmented information facility (SCIF) areas, administrative offices, IT laboratories, a network operations center, multipurpose conference center, demonstration areas, information processing and analysis centers, academic training facility, emergency operations center, security center, mail room, controlled-humidity warehouse, wellness facility, food service kitchen/dining areas, building management, and supporting space. Electrical systems include mission critical uninterruptible power supplies and generators, fire alarm system, energy management control system, intrusion detection systems and technically diverse information systems. Mechanical systems include plumbing, fire protection systems, HVAC, and standby generators, fuel systems. Supporting facilities include Electromagnetic Interference (EMI) shielding, Antiterrorism/Force Protection (AT/PF) measures, and systems to provide resistance to progressive collapse, special windows, doors and site measures. This requirement will provide for the requisite BOS services encompassing all dimensions of operation, maintenance, and repair for the new facility. Services during the base year shall be phased-in, in accordance with the completion of the buildings under contract W912DR-08-C-0012. 2. This requirement is a Veteran Owned Small Business (VOSB) set-aside. The NAICS code for this requirement is 561210, Facilities Support Services, small business size $35,500,000.00. The Small Business Competitiveness Demonstration Program is not applicable. The clauses at 52.212-4, Contract Terms and Conditions -- Commercial Items, and 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Questions regarding this RFP must be submitted in writing, no later than 2:00 pm EST 9 April 2010. Questions received after this date may not be answered. Questions must be submitted via e-mail to Kim Scott, Contract Specialist, at Kim.Scott@disa.mil. Please submit your questions using the subject title of "DISA Base Operations Support Services - HC1047-10-R-4002." Telephonic questions will not be accepted. 3. Please go to https://ditco.disa.mil/dcop (DISA Contracting Opportunities Home Page), then select, "Contracting Opportunities News" to view the Performance Work Statement (Section C) and its attachments for this requirement. 4. The Government intends to award a single Firm Fixed Price contract resulting from this RFP. The performance period will be one base year plus 4 one year option periods. Section 508 Accessibility Standards do not apply to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/HC1047-10-R-4002/listing.html)
- Record
- SN02109530-W 20100403/100401234828-a71b352a63213473454f8c7c28d75d6b (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 |