Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOLICITATION NOTICE

M -- Olney O&M Support

Notice Date
6/25/2010
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, Virginia, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-R-0045
 
Point of Contact
Matthew A. Raible, Phone: 5405422248
 
E-Mail Address
Matthew.Raible@dhs.gov
(Matthew.Raible@dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
In accordance with FAR Part 15 and FAR Part 5.204, FEMA is releasing a presolicitation notice for contractor Operations and Maintenance Support at the Olney Federal Support Center located in Gaithersburg, MD. This is will be competed as a Competitive 8(A) set aside. The NAICS code for this requirement is 561210 Facilities Support Services. This will be solicited under FAR Part 15 Contracting By Negotiation and award will be made on a best value basis. The future solicitation will contain the technical criteria and evaluation factors. FEMA is expecting to award a Firm Fixed Price contract with Time and Material CLINs for work that is beyond the normal operations schedule. A site visit is planned in mid to late July and solicitation release is anticipated within 2-3 weeks of this notice. Official dates will be established during the release of the Request for the Proposal Background: This requirement is to acquire operation and maintenance support services for the Olney Federal Support Center (FSC) located in Gaithersburg, MD. The contractor shall provide the full range of services needed for the operation and maintenance, housekeeping, grounds keeping, and snow removal for the Olney FSC with 24 X 7 coverage (24 X 7 for the O&M Staff and 8 hour coverage for housekeeping). There will be a requirement for small scale and minor in nature, construction projects. FEMA is committed to maintaining this facility at a level that is in keeping with the high standards expected by those government personnel who operate in the facility. To this end the infrastructure, roads and grounds must be kept immaculate. All the equipment at the facility must be maintained in proper running condition at all times. All preventative maintenance and inspections must be accomplished in a timely manner and with the utmost expertise. The Olney FSC consists of 75 acres of property (12 of improved acreage and 63 unimproved). There are 7 structures on the property. This includes the main structure, Guard Shacks, one storage building, one storage container, a waste water treatment plant, and one unused structure. There are approximately 1.5 miles of surfaced roadway and 215-space parking lot. The improved acreage includes grass gravel and paved surfaces. There are trees and shrubs on portions of the property. The improved acreage includes grass, gravel, and paved surfaces. There are trees and shrubs on portions of the property. The infrastructure of the facility is supported by equipment located both within and outside the main facility building. The facility is supported by multiple electrical generators and tanks containing fuel. As directed by the Government, the contractor shall work with the program to maintain fully operational status and have contractor support available 24 X 7 and on call support when necessary. The objectives of this effort are: •· Maintenance, operations, and repair of all mechanical and electrical equipment that supports the facility. •· Housekeeping for the facility •· Grounds keeping of the facility to include mowing, mulching, trimming, edging of all grass, trees, and shrubs located on the facility. •· Snow removal during the winter months. •· Minor construction projects The total estimated amount is $11,385,000 and with an average amount of $2,225,000 per period, which includes $500,000 per year in NTE T&M amounts. The period of performance is one base year and four (4) one-year option periods. Further information regarding the specifics of the equipment will be forthcoming For information related to this notice please contact Matthew Raible, (540) 542-2248, matthew.raible@dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/MWEAC/HSFEMW-R-0045/listing.html)
 
Place of Performance
Address: Gaithersburg, Maryland, 20882, United States
Zip Code: 20882
 
Record
SN02188501-W 20100627/100625234816-1551242914f327322cfbbe3e22cf6e58 (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.