Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
MODIFICATION

Z -- Operations and Maintenance of the U.S. Army Medical Research and Materiel Command (MRMC) - Solicitation 1

Notice Date
10/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-17-R-0054
 
Response Due
11/14/2017 2:00:00 PM
 
Archive Date
11/29/2017
 
Point of Contact
Susan E. Gross, Phone: 2514416162
 
E-Mail Address
Susan.E.Gross@usace.army.mil
(Susan.E.Gross@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation - W91278-17-R-0054 MRMC O&M The Government intents to award a contract pursuant to this solicitation to support Operations and Maintenance of the U.S. Army Medical Research and Materiel Command (MRMC). This requirement is being handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, Alabama. The request for proposal (RFP) number is W91278-17-R-0054. The term of the contract is limited to a base period of 12 months with one (1) option period of 12 months. The total dollar capacity for this contract is estimated to be between $30 million and $49 million. OBJECTIVE: The O&M contract is intended to provide operation, maintenance and minor repair of medical facilities, healthcare and laboratory (MTFs), in a continuous and satisfactory condition on a 24 hour basis, 7 days per week. Requirements include preventive, predictive, and emergency maintenance of all facility systems and components including architectural, mechanical, electrical, and instrumentation. Minor construction incidental to the O&M mission may also be required. Work will vary from site to site and will require extensive knowledge of the functional operation relating to the efficient use of the facility, equipment, facility support systems, and building structures. Since the facilities will be in full operation, the contractor will be required to minimize interference with the daily operation of the MTFs and will be required to implement infection control processes. The Contractor will be required to comply with requirements of a number of regulatory and accrediting bodies such as the American Association for Accreditation of Laboratory Animal Care (AAALAC). The facilities to be covered by the intended contract include Bio-safety Levels (BSL)-2, 3, and 4 research laboratories and laboratory support functions, Animal Bio-safety Levels (ABSL) -2, 3, and 4 animal holding facilities for small and large species to include non-human primates and vivarium facilities, veterinary treatment facilities, public health/analytical laboratories, field laboratories (dry labs), food analysis and diagnostic laboratories, laboratories working with chemical agents, and facilities that use specialized equipment/chambers. MEDCOM laboratories focus on research, development, testing and evaluation of medical products related to health hazards associated with aviation, tactical combat vehicle systems, selected weapons systems, airborne operations, environmental hazards, combat casualty care (trauma, burn and critical care), medical hazards of laser radiation, and exposure to extreme thermal conditions (heat, cold, high terrestrial altitude). The performing contractor's personnel will be required to meet security and health screening requirements. In addition, there may be facilities or portions of facilities that require medical testing and/or immunization of Contractor employees, beyond basic OSHA requirements, before the employees are authorized to work in the controlled room, area, or facility. This requirement may be due to the containment requirements in bioresearch laboratories, the potential for exposure of workers to toxins or communicable diseases, etc. Work may range from reconfiguration of a single room or repair of a single utility system component to renovation of a facility functional area to include both repair of failed and failing systems and components, and minor construction of new systems and components. Joint Commission Environment of Care requirements and other applicable requirements must be met, including maintenance of records of preventive maintenance on all critical systems and compliance with/ implementation of the facility's Utilities Management Plan. This acquisition is for two years to include a base plus one year option with an anticipated value between $30,000,000 and $49,000,000. The requirement is handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, Alabama. Solicitation documents should be available for download on or around October 2017. 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. Contractor must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications 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. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. The solicitation and any plans and specifications 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://www.adobe.com/products/reader. 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. Additionally, a CD of the offeror's entire proposal will be required with the paper medium. Note No.3: For this job, a small business is defined as having average annual receipts of less than $36,500,000 for the past three years. The North American Industry Classification System (NAICS) code for this project is 236220. Note No. 4: All advertisements of Mobile District projects will be through Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are all available on the Internet at: https://www.fbo.gov. Note No. 5: 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 deadline of submission of proposals).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-R-0054/listing.html)
 
Place of Performance
Address: USACE, Mobile District, P.O. Box 22288, 109 St. Joseph Street (zip 36602), Mobile, AL 3662-0001, Mobile, Alabama, 36628, United States
Zip Code: 36628
 
Record
SN04710808-W 20171013/171011231033-2e4a03bf7c3b4677505e5a9415275d41 (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.