Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

J -- Preventive Maintenance and Repair, Fort Bragg, North Carolina

Notice Date
5/27/2010
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-10-R-0018
 
Point of Contact
Lynn M. Tanno, Phone: 757-201-7839, Debora S Gray, Phone: 757-201-7551
 
E-Mail Address
Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil
(Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, Norfolk District, requires all necessary labor, materials, tools, plant and equipment required to provide facilities support services to include preventive maintenance and repair services for mechanical and HVAC systems, direct digital control (DDC) systems, and kitchen equipment, at Fort Bragg, North Carolina. The contractor shall provide preventive maintenance for all systems and equipment in accordance with maintenance schedules developed by the Contractor, the statement of work, and federal, state, and local regulations. Preventive maintenance for Mechanical and HVAC Systems shall increase the life, maintainability, operating capability and efficiency of equipment or systems in facilities identified in the performance work statement. Direct Digital Control Systems shall be maintained so that all equipment is properly controlled, alarms are initiated to protect systems and equipment, and systems can be evaluated from computers monitoring from central computer station(s). Preventive maintenance for kitchen equipment, which is real property, shall increase the life, maintainability, operating capability and efficiency of equipment or systems in facilities identified in the solicitation. The contractor shall also perform Demand Maintenance and Repair, as identified by the contractor or the government, to bring mechanical and HVAC, direct digital control systems, and kitchen equipment to proper working order in a timely fashion. The work identified is to be provided by means of a combination Firm-Fixed Price/Indefinite Quantity-Indefinite Quantity type contract. This requirement will be awarded using best value source selection procedures where non-price factors and price are considered. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal represents the best value to the Government. The offerors proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The evaluation factors are: Factor A. Management Plan, Factor B. Performance Capability, and Factor C. Price. Technical Factors A and B are of equal importance. The cumulative rating of the technical evaluation factors are significantly more important than price. The total contract term including the exercise of any options, shall not exceed 60 months (One (1) base year and four (4) option years). The Government has the option to extend the term of the contract for additional periods of one to twelve months. The North American Classification System (NAICS) is 238220, the size standard is $14,000,000.00. The proposed procurement listed herein is 100% set-aside for small business concerns. The RFP will be available in electronic format only and will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about June 11, 2010. The estimated proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the Central Contractor Registration (CCR) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. The Point of Contact for this requirement is Lynn M. Tanno, Email: Lynn.M.Tanno@navy.mil ; Phone: 757-201-7839.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-10-R-0018/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, United States
 
Record
SN02162693-W 20100529/100527235552-3a6cdcc4ea49aea82dd22527c58e4390 (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.