Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOLICITATION NOTICE

J -- Preventive Maintenance and Repair, DoDEA Schools at West Point Military Academy, New York

Notice Date
6/15/2011
 
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
W91236-11-R-0025
 
Point of Contact
Lynn M. Tanno, Phone: 757201-7839, 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
Service-Disabled Veteran-Owned 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 the following for West Point Military Academy, New York: HVAC System maintenance and repair Direct Digital Control System maintenance and repair Mechanical systems maintenance and repair Kitchen equipment maintenance and repair Building systems inspection, maintenance and repair, and Roofing systems inspection maintenance and repair Playground systems inspection, maintenance and repair Other maintenance and repair required for efficient building operations 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. The contractor shall perform Preventive Maintenance to increase the life, maintainability, operating capability and efficiency of equipment or systems in facilities identified in the performance work statement. The contractor shall also perform Demand Maintenance and Repair, as identified by the contractor or the government, to bring all equipment and systems identified in the performance work statement to proper working order in a timely fashion. The work identified is to be provided by means of an Indefinite Delivery/Indefinite Quantity, Firm-Fixed Price type contract. The minimum guarantee will be met by the issuance of the first task order, which will be issued for the base year preventive maintenance services. The annual dollar range for this work is estimated to be between $300,000.00 to $500,000.00. 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 solicitation will require that offerors provide a discussion of their findings from the site visit in their proposal. Therefore, attendance at the site visit is highly encouraged. The planned dates for the site visit are July 12 through July 13, 2011. 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 Service Disabled Veteran Owned Small Business (SDVOSB) 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 30, 2011. 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@usace.army.mil ; Phone: 757-201-7839.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-11-R-0025/listing.html)
 
Place of Performance
Address: West Point Military Academy, New York, West Point, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN02473736-W 20110617/110615235031-d6438a24a7f5af1247f10142eec91b0a (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.