Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
MODIFICATION

S -- CDP COBRATF Facility Operations and Maintenance Support - Solicitation 1

Notice Date
5/9/2017
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
 
ZIP Code
21727
 
Solicitation Number
HSFE20-17-R-0006
 
Response Due
6/13/2017 4:00:00 PM
 
Archive Date
6/28/2017
 
Point of Contact
James D. Suerdieck, Phone: 301-447-7244, Gary Patrick Topper, Phone: 301-447-7280
 
E-Mail Address
james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov
(james.suerdieck@fema.dhs.gov, gary.topper@fema.dhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Request for Procurement # HSFE20-17-R-0006 Attachment 37 Collective Bargaining Agreement Attachment 36 Schedule of Nonexempt CBA Labor Rates Attachment 35 Safe Handling Storage and Use of Gas Cylinders Attachment 33 COBRATF Quality Management Procedure Attachment 32 COBRATF Quality Manual Attachment 30 CDP Radiation Safety Program Attachment 29 Accident-Incident Reporting Procedures Attachment 28 Workplace Safety and Health Policy Attachment 27 CDP Heat and Cold Stress Plan Attachment 25 Work Load Data Exhibit Attachment 24 CDP Safety Plan (COBRATF) Attachment 21 Technical Library Index Attachment 20 COBRATF Student Load Exhibit Attachment 18 Hazardous Materials List Attachment 17 Building Operating Plan BOP Template Attachment 16 Chemicals Management Attachment 15 Calibration Checklist for all FOMS Equipment Attachment 14 Preventive Maintenance Exhibit Attachment 13 Facilities Layout Information Attachment 12 Vehicle Management Procedures Attachment 11 Government Furnished Equipment Attachment 10 COBRATF Incident Management Manual Attachment 9 EOP COOP Attachment 8 List of Deliverables Attachment 7 Electrical Qualifications ETT Attachment 5 Workplace Attire Policy Attachment 5 Visitor Access Policy Attachment 4 COBRATF Toxic Agent Exposure Control Plan Attachment 3 DoL CBA Wage Determination Attachment 2 QASP Attachment 1 Performance Work Statement The pre-solicitation notice associated with this solicitation was posted on March 16, 2017. This Request for Proposal (RFP) solicitation is only be available on the FedBizOpps.gov web page at http://www.fedbizopps.gov/. This solicitation is for Facility Operations and Maintenance Services (FOMS) for the Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA) / Center for Domestic Preparedness (CDP) and its Chemical, Ordnance, Biological, and Radiological Training Facility (COBRATF) located in Anniston, AL. The Acquisition Operations Division/Preparedness Section intends to award a firm fixed price / cost-reimbursement hybrid contract award under the authority of FAR Part 15. The CDP is a federal entity (a component of the Department of Homeland Security). On March 1, 2003 CDP transitioned from Department of Justice (DOJ) to the Department of Homeland Security (DHS). CDP was subsequently included in the new DHS Preparedness Directorate. Enactment of the Post-Katrina Emergency Management Reform Act (PKEMRA) on April 1, 2007 resulted in the realignment of most DHS Preparedness Directorate functions to FEMA. FEMA established the National Preparedness Directorate (NPD) and aligned many of the former DHS Preparedness Directorate functions into the NPD including CDP. Training courses provided by the CDP provide specific knowledge and expertise for deterrence, prevention, response, mitigation and recovery to Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) incidents; mass casualty incidents; and incidents involving hazardous materials by providing advanced, hands-on and classroom-based state of the art training. During FY- 13, the CDP trained a total of 60,093 students including 17,858 resident students, 30,822 non-resident and 11,413 indirect students. The intention of this requirement is to obtain contracted comprehensive facility operations and maintenance services to DHS/Federal Emergency Management Agency (FEMA)/Center for Domestic Preparedness (CDP)/Chemical, Ordnance, Biological, and Radiological Training Facility (COBRATF) located in Anniston, Alabama. The COBRATF has unique requirements to manage a training venue where chemical agents (GB and VX) and biological agents (Ricin and Bacillus Anthracis) are used in a specialized training environment. This will require contractor support on a 24-hour, 7-day-a-week basis. The Contractor shall provide all support services as identified in this performance work statement. The object of this procurement is to obtain reliable efficient and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives shown in this work statement. The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and is responsible for the efficient, effective, economical, and satisfactory operation, inspection, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property lines of the COBRATF, to include but not limited to the following: a. Electrical systems and equipment. b. Mechanical, plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the CDP network, the Contractors employees will need to obtain a CDP account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. c. Fire protection and life safety systems and equipment. d. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Lighting Systems that are within the scope of this Contract. e. Architectural and structural systems, fixtures, and equipment within the site (to the property line as described in the Facilities Layout attachment). f. Service request desk operations as identified in the PWS, to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions. g. Maintenance of landscape irrigation systems. h. Tools and maintenance equipment (including testing equipment). i. Vehicle barrier systems and static and dynamic bollard systems. j. All doors and windows. k. Autoclave system l. The Contractor shall maintain all fixed equipment and systems. m. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. n. Facility roofing systems o. The U.S. flag pole, lighting and pulley system. p. All site drainage systems. q. Lightning protection system. r. Updates of software/firmware to latest revision and update software licenses for BAS s. Incinerator system and equipment. t. Water storage system and treatment (including water tower). u. Contaminated waste disposal, to include hazardous waste. v. Compressed gases. w. Air filtration system (filter banks) x. Safety operations. y. Package Boilers The performance work statement is intended to be performance oriented. However, due to the hazards that could be encountered in preparation for and during the conduct of chemical and biological agent training, some tasks are specific and must be executed exactly as required in applicable procedures. Any proposing offeror is invited and encouraged to provide a technical solution which identifies a more performance oriented approach. There are 31 attachments with this solicitation as outlined in Section J of the solicitation. Please note some attachment numbers are Reserved. Please ensure to review the entire solicitation and provide all appropriate responses and documentation as required. With the submission of a proposal package as outlined in Section L, please remember to complete all required documents within the solicitation packet, including but limited to: SF 33, OF336, and Section K "Representations, Certifications and Other Statements of Bidders", if applicable. This competitive acquisition is limited to eligible Service Disabled Veteran Owned Small Business (SDVOSB) concerns only. Eligible offerors shall be a SDVOSB concern in accordance to Small Business Administration (SBA) requirements in order to participate in this competitive acquisition. A firm-fixed-price / cost-reimbursement hybrid contract award is anticipated. Award shall be based on best value to the Government using trade-offs on price and non-price factors. The Period of Performance will be 1 month of transition followed by 11 months of services for the base period. The contract will include four 12-month options. The anticipated contract performance start date is August 15, 2017. Any responsible SDVOSB concern may submit a proposal that will be considered by the Government. The NAICS code is 561210. The Small Business Size Standard for this NAICS is $38.5 million. The incumbent contractor for this requirement is Aktarius LLC., under contract number HSFE20-15-C-0172. Sources Sought notice # HSFE20-17-JS-0001 was previously issued for this requirement. All questions shall be submitted no later than May 31, 2017, by email Gary Topper, Contracting Officer, gary.topper@fema.dhs.gov and James Suerdieck, Contract Specialist, at e-mail address: james.suerdieck@fema.dhs.gov. No phone calls accepted. A site visit is scheduled for May 22, 2017, 2:00 PM (Central Time), Center for Domestic Preparedness, 61 Responder Drive, Building 61, Room 2001, Ft. McClellan, Anniston, AL 36205. No more than three (3) representatives per potential offeror will be admitted to the site visit. If you plan to attend, it is required that you email your company name and list all persons who will be attending to gary.topper@fema.dhs.gov and james.suerdieck@fema.dhs.gov. IN ADDITION, it is also required that you FAX your company name, the full names of all persons who will attend the site visit, their social security number, and date of birth. This information shall be provided for all site visit attendees. This information is to be FAXED ONLY to the CDP security office at fax: 256-847-2121 - NO SECURITY CLEARANCE REQUESTS SUBMITTED VIA EMAIL WILL BE PROCESSED. Please do not email any personally identifiable information (SSN or birthdate). All site visit information shall be submitted no later than May 18, 2017 4:00 PM (Central Time). There will be no exceptions to this deadline. Site visit attendees without prior security clearance will not be admitted into the CDP facility. NOTE: Only one site visit will be conducted. No questions will be entertained during the site visit. Any questions shall be submitted via email to the Contracting Officer and Contract Specialist shown in RFP Section L.3.D.1. with the solicitation number referenced. No other site visit will be provided. Proposals are due no later than 4:00 pm (Eastern), June 13, 2017. See solicitation for full proposal instructions. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2017-04-11 11:24:26">Apr 11, 2017 11:24 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2017-05-09 15:51:40">May 09, 2017 3:51 pm Track Changes Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2017-05-04 15:30:32">May 04, 2017 3:30 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2017-05-09 15:51:40">May 09, 2017 3:51 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-17-R-0006/listing.html)
 
Place of Performance
Address: 61 Responder Drive, Anniston, Alabama, 36205, United States
Zip Code: 36205
 
Record
SN04501122-W 20170511/170509234905-8647ea396d5393689f8b268c91ece27f (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.