Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOLICITATION NOTICE

Z -- Operations and Maintenance Services -U.S. Embassy Kabul, Afghanistan - (Draft)

Notice Date
2/11/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA16R0004
 
Archive Date
4/15/2016
 
Point of Contact
Richard F. Walsh, Phone: 703-875-4227, John M. Hite, Phone: 703-875-7320
 
E-Mail Address
walshrf@state.gov, hitejm@state.gov
(walshrf@state.gov, hitejm@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 -Reliability Centered Maintenance Program Attachment 38 - Table of Contents Section J Attachment 37- Request for Proposal (RFP) SAQMMA16R0004 Attachment 36- Sample Visit Request (VAR) for Site Survey -U.S. Embassy Kabul Attachment 35- U.S. Embassy Kabul Site Survey Instructions Attachment 34- General Services Administrator for U.S. Embassy Kabul (AEK). Attachment 33- General Service Administrator for Bagram Air Force Base Attachment 32- Cleared American Security Escorts SOW Attachment 31- Work Order Clerks SOW Attachment 30- Facility Management Assistant SOW Attachment 29- Passenger Services Coordinator -Camp Alvarado SOW Attachment 28- Acceptable Quality Level General Requirement Attachment 27- Kabul O & M Contract Management Structure Attachment 26 - Past Performance Survey Attachment 25- Camp Alvarado Site Description Attachment 24- Statement of Work-SAQMMA16R0004 Attachment 23- Performance Assessment Report Attachment 22- Quality Assurance and Surveillance Plan Matrix Attachment 21- Corrective Action Report Attachment 20 -Bidder DD 254 Form Attachment 19- Safety, Health and Environment Guidelines Attachment 17 Camp Sullivan Description Attachment 16- O & M Service Matrix Attachment 15- Deferred Maintenance Facility Condition Assessment Attachment 14- Deliverables Matrix Attachment 13- Security Classification Guide Attachment 12 -Quality Assurance and Surveillance Plan Escalation Matrix Attachment 11- OBO Standards 15 FAM 900-950 Attachment 10- Department of State, Drinking Water Safety Program Attachment 9- Elevator Statement of Work Attachment 7- Key Personnel Qualifications Attachment 6- Codes and Requirements Attachment 4- AEK Compound Equipment List Attachment 3-Moderate Risk Public Trust Processing Procedures Attachment 2 - Acronyms Attachment 1 Definitions and Glossary IDIQ for Operations and Maintenance Services at the U.S. Embassy in Kabul, Afghanistan -SAQMMA16R0004 Purpose: The Department of State (DoS) requires services to provide Operations and Maintenance (O&M) services for the American Embassy Kabul (AEK) and the designated United States Government (USG) satellite properties in Afghanistan as indicated in the enclosed Statement of Work. This is a Firm, Fixed Price, Performance-Based contract where the O&M Contractor shall be responsible for proficient, dependable and cost effective operations and maintenance services based on Reliability Centered Maintenance (RCM) methodology, best industry practices, manufacturer's recommendations, applicable codes and standards and existing site conditions. The USG has identified Key Performance Indicators (KPIs) and/or Acceptable Quality Standards (AQLs) for all requested services and these will form the foundation for the USG's Quality Assurance and Surveillance Plan (QASP) and the basis by which the Contractor's performance will be evaluated. The Contractor shall provide all management, supervision, labor, training, transportation, materials, supplies, spare parts, tools and equipment for Operations and Maintenance (O&M) support at the Embassy. The Government requires a variety of support services including but not limited to: Electrical Generation and Distribution Interior and Exterior Lighting Electric Power Monitoring Heating, Ventilation, and Air Conditioning, (HVAC) Building Automation System Water Supply, Purification and Distribution Fire Protection Complete Sanitary Sewer and Waste Water Treatment Elevator Maintenance Fuel Storage and Distribution Roofing and Waterproofing Systems Building envelope/structures, windows, doors, etc. This will be a Firm Fixed Price Contract. The fixed price will include all work, including furnishing all labor, materials, equipment, tools, spare parts and services. The contract has a Base Period of one Year, and four Option Periods of one year each, for a maximum contract duration of five years. The appropriate NAICS code for this procurement is 561210. Please review the enclosed Request for Proposal. This contract will include one base year and four option years. The Government shall order, as a minimum, services in an amount of at least $5,000.00. The Government makes no guarantee as to the number of orders or actual amount of services that will be requested above the guaranteed minimum of $5,000.00. The maximum dollar value for the life of this contract (one base year and four option years) is $305,943,390.00 Task orders for each proposed services will be placed against the contract on as needed basis and individually negotiated. To be considered for award of this contract, interested Prime Offerors must possess, at the time of proposal submission, a Defense Security Service (DSS) Interim or Final TOP SECRET (TS) Facility Clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. All entities proposing a Joint Venture (JV) for this effort must already possess their own individual FCL at the Interim (ITS) or Final Top Secret level. A JV which contains any entity not meeting the TS FCL requirement cannot be considered for award. If selected, a JV in which all entities are already cleared ITS or TS, will be sponsored by DoS for a JV FCL at the Top Secret level. The contract will not be awarded until the JV has been issued an Interim or Final TS FCL. All potential offerors must be registered in the System for Award Management (SAM) to receive a contract award. Request for clarifications must be submitted in writing to Mr. Richard F. Walsh, not later than 2:00 PM, Eastern Standard Time, on 2-18-2016 by e-mail to walshrf@state.gov. All submissions must be received by 2:00 PM EST March 31, 2016. Offerors shall hand deliver or submit Technical and Price proposals by courier to the following address: U.S. Department of State Attn: Richard F. Walsh A/LM/AQM/FDCD/MSB 1735 N. Lynn Street Arlington, VA 22209
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16R0004/listing.html)
 
Place of Performance
Address: U.S. Embassy Kabul, Kabul, Afghanistan
 
Record
SN04018184-W 20160213/160211234720-9d5ada8f8437596bf3f4d588d329a784 (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  © 1994-2020, Loren Data Corp.