Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
MODIFICATION

R -- Reliability Centered Maintenance Implementation for healthcare and medical research laboratory facilities, in support of the U.S. Army Medical Command's (MEDCOM) Sustainment, Restoration, and Modernization program.

Notice Date
6/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
W91278-12-R-0029
 
Response Due
7/30/2012
 
Archive Date
9/28/2012
 
Point of Contact
Sara Logsdon, 251-690-3347
 
E-Mail Address
USACE District, Mobile
(sara.g.logsdon@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The amendment to this synopsis is in reference to the total maximum value for the contract awarded under this solicitation and the number of one-year options it will include. See below for further details. The work consists of furnishing all labor, materials, and equipment necessary to perform all work related to the implementation of Reliability Centered Maintenance (RCM) and Conditioned Monitoring (CM) at MEDCOM Facilities (Category 300 and 500 in support of the medical mission). Offerors must have the capability to perform accurate cataloging of real property installed equipment (RPIE) and attribute data for components, preparation of criticality assessments, determination of failure modes for critical equipment and components, baseline measurement of selected real property components using condition monitoring techniques (to include vibration analysis, infrared thermography, oil analysis, motor circuit evaluation and ultrasound), development of enhanced maintenance plans (EMP), preparation of gap analyses, Preventive Maintenance (PM) Optimization (comparing the engineered maintenance strategy to the existing strategy), updates to DMLSS-FM data fields to include enhanced maintenance PM/CM procedures, RCM training, assistance in the development of Work Management Processes (Planning) that support the RCM initiative, and similar efforts in support of RCM implementation. Facilities will be identified in each task order. The specific requirement for each RCM and CM project will be detailed in the individual task order scope of work. Location: The location and scope of work will vary by task order. A seed project and bid schedule will be included in this solicitation. The offeror will be required to use the seed project information to submit a completed bid schedule. The seed project price information will be used during the trade-off source selection evaluation process. This is an unrestricted procurement from which the Government contemplates award of one (1) Indefinite Delivery/Indefinite Quantity contract for the performance of the work described above within a region defined as the continental United States, Alaska, Hawaii, the Caribbean and Germany. The contract will include a base year and two one-year options. Firm-Fixed-Price Task Orders will be issued against the contract. The total maximum value for the contract awarded under this solicitation is $9,500,000.00 over three years. The requirement is handled by the U.S. Army Corp of Engineers, Mobile District, Mobile, AL. Solicitation documents should be available for download on or around July 1st, 2012. Contracting Officer for this project is Ms. Jacalyn M. Jenkins. There is no cost for this solicitation. All responsible sources may submit an offer that shall be considered. The North American Industry Classification System (NAICS) code for this project is 541990, the size standard for which is a concern, including its affiliates whose average annual gross revenue does not exceed $14.0 million for the past three years. Note No 1: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities (FedBizOpps) before they will be allowed to download solicitation information. Contractors must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents will only be available via FedBizOpps. Registration for the solicitation should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. Therefore, it is the Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The solicitation and all notifications of changes of this solicitation shall only be made through this posting and modifications hereto. The solicitation will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (ordering solicitations, points of contact, synopsis of work, etc) are available on the internet at : https://www.fbo.gov and www.sam.usace.army.mil. Address questions concerning downloading of plans/specifications to Plans Room at Phone number 251-690-2536. Note No 4: For this job, a small business is defined as having an average annual gross revenue of less than $14.0 million for the past three years. Note No. 5: A pre-proposal conference will be held at 109 St. Joseph Street, Mobile, Alabama. Offerors should refer to Section L in the solicitation for details regarding date and time. The purpose of the conference is to familiarize the offerors with the scope of work, address questions concerning the project, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. It is requested that a representative of each offeror attend the pre-proposal conference. Number of attendees is limited to three from each firm. Names of individuals from each company who will attend the conference should be submitted no later than (5) working days prior to the conference. Attendees may register via email to Sara.g.logsdon@usace.army.mil and Jacalyn.m.jenkins@usace.army.mil. All attendees must bring a photo ID (such as a valid driver's license) the day of the pre-proposal conference. All individuals will be issued a temporary badge the day of the conference. Please allow plenty of time at the badging office. The Government shall assume no responsibility for any understandings or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request for Proposals, the specifications, or related documents. Note No. 6: The request for information (RFI) process for bidder inquiries during the advertisement period will be through the PROJNET internet based system, and specifics will be contained in the RFP solicitation package available exclusively from FedBizOpps. Other forms of communicating RFIs to the government will not be honored. The government will try to respond to all questions. However, responses may not be furnished to all questions and particularly those received late in the advertisement period (0-10 days prior to proposal opening). Contracting Office Address: USACE District, Mobile, P.O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001 Place of Performance: USACE District, Mobile, P.O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001, U.S. Point of Contact: Sara G. Logsdon, 251-690-3347
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-R-0029/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02774289-W 20120615/120613235139-23c09911d9660b1a4b5824e8fa73acae (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.