AWARD
Z -- Indefinite Delivery/Indefinite Quantity Contract for Operation, Maintenance, and Minor Construction for U.S. Army Medical Command Facilities, CONUS, Alaska, Hawaii, and the Caribbean.
- Notice Date
- 12/15/2010
- Notice Type
- Award Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127810R0038
- Archive Date
- 1/14/2011
- Point of Contact
- Jacalyn Jenkins, 251-441-5598
- E-Mail Address
-
USACE District, Mobile
(jacalyn.m.jenkins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W9127811D0009
- Award Date
- 12/9/2010
- Awardee
- LINC GOVERNMENT SERVICES, LLC (616858908) <br> 101 WALTON WAY<br> HOPKINSVILLE, KY 42240-4929
- Award Amount
- $200,000,000.00
- Description
- The work consists of furnishing all labor, supervision, tools, materials, and equipment necessary to perform Operation and Maintenance Services for DOD Army Medical Facilities nationwide, including Alaska, Hawaii and Puerto Rico. Anticipated work contains full-service, continuous-coverage operation and maintenance (O&M) of medical facilities to include preventive, predictive, demand, and emergency maintenance. In addition, task orders may be awarded for construction requirements incidental to O&M (such as installation/extension of utilities, minor reconfiguration of treatment areas to support new medical equipment, etc). There are a wide variety of buildings and finishes (and a variety of building ages and conditions) that will be covered on any given O&M Task Order. Buildings vary from World War II lapped siding to new pre-engineered metal buildings to towering steel-frame pre-cast concrete skinned multi-story buildings. Example systems and equipment include but are not limited to emergency generators; electrical switchgear; electrical distribution; lighting; plumbing systems; roof and storm drain systems; heating ventilation, and air conditioning [HVAC] heating boilers; HVAC water chillers; HVAC cooling towers; HVAC pumps; variable frequency motor controllers; HVAC air handling units; operating room and isolation room pressurization systems; digital HVAC controls; nurse call; patient monitoring systems; intrusion detection systems; infant abduction systems; fire detection/alarm systems; fire sprinkler systems; carbon dioxide, wet and dry chemical fire suppression systems; elevators; pneumatic tube and box conveyor transport systems; medical gas systems to include medical air compressors, medical vacuum pumps, bulk oxygen tank farms, and medical gas and vacuum distribution and alarm panels; laboratory fume hoods; interior finishes; signage systems; structural building components such as roofs and building exterior fa ade; and passive fire protection systems (including fire and smoke partition integrity maintenance). Contractors must be aware of the health and life safety issues that must be considered while performing these demanding O&M tasks in an occupied medical treatment facility - many with a critically ill inpatient population. Specific requirements, such as the stringent infection control measures in place at all medical treatment facilities, will be identified in the individual task orders, but Contractors are advised that special requirements (to include requirements ranging from badging to immunization requirements for individual workers) are typically required because the work will be performed in occupied medical treatment and/or medical research facilities. The Government awarded five Indefinite Delivery/Indefinite Quantity contracts resulting from this solicitation which will include a base year. Options one thru four may be exercised at the discretion of the Government. Firm Fixed-Price Task Orders will be issued against the contracts. The total maximum value to be shared amongst all contracts awarded under this solicitation is $200,000,000.00.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127810R0038/listing.html)
- Record
- SN02344937-W 20101217/101215234418-df4cc5bf2f562bec55d13fc7cef9732a (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 |