Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1996 PSA#1600

US ARMY ENGINEERING & SUPPORT CENTER, ATTN: CEHNC-CT-S, 4820 UNIVERSITY SQUARE, HUNTSVILLE AL 35816-1822

Z -- MAINTENANCE, REPAIR, AND ALTERATION OF REAL PROPERTY SOL W31RYO-6065-4648 F POC Contract Specialist Donna Bliss (205) 895-1138 (Site Code DACA87) The U.S. Army Engineering and Support Center, Huntsville, has a requirement for procurement of maintenance, repair and replacement of equipment and systems at Government medical facilities in the Continental United States, Hawaii, Alaska, the Bermuda Islands, the Virgin Islands, Puerto Rico and Panama. It is anticipated that up to six (6) contracts may be awarded from the solicitation, with the intent of at least two (2) being awarded to small businesses; each for a term of five (5) years (base year and four (4) option years). The total value of the sum of all contracts awarded shall not exceed $500 million for the five (5) years. Fulfilling individual sub-requirements shall be achieved, under the procedures of Federal Acquisition Regulation 16.505, 'Ordering,' by the implementation of task orders issued under a service contract. Task orders may require the Contractor to develop a plan which identifies work to be performed, new equipment and materials to be installed, work procedures and management approach. The Contractor may then be required to implement the plan and prepare documentation on operation and maintenance, training, warranties and other required items. These maintenance, repair and replacement services may include, but are not limited to: (1) Mechanical - Heating, ventilation and air-conditioning (HVAC) systems and components, transient tubes, material transport systems, refrigeration systems, vacuum systems, incinerators, fuel lines, elevators and escalators, sterilization systems, plumbing systems involving water, solid and hazardous waste control and medical gas systems; (2) Electrical - Power and services, supplies, distribution and utilization systems (including lighting), power generation and uninterrupted power supplies (UPS); (3) Instrumentation - Energy monitoring and control systems (EMCS), plant management systems, and fire detection and alarm systems; (4) Security - Medical facility security systems and building security systems; (5) Safety - Life safety, inflammatory gases, medical safety and hygiene, and fire protection systems; (6) General - Building inspection, carpentry, masonry, wall covering, painting, glazing, floor covering, roofing and roof insulation, site work, ceiling installation and modular building systems. Asbestos and lead based paint removal and disposal services (limited to the immediate work location) may be required during maintenance, repair and replacement. Contractors shall be required to provide quick response to emergency situations at Government medical facilities. Ancillary work necessary to return the work area to a condition equal to or better than that found prior to the maintenance, repair and replacement work shall be required of the Contractor. The proposed period of performance will be one year with four (4) one-year options. A technical proposal will be required from all offerors. The significant evaluation factors will be technical capabilities, management approach, experience, past performance and price. This is a partial set-aside for small business; the Standard Industrial Code is 8744 with a business size standard of 500 employees. This is not a request for proposals (RFP). Offerors responding to this announcement shall reference/request a copy of RFP DACA87-96-R-0025. The solicitation will be issued on or about 10 June 1996. It is anticipated that the RFP will be available for viewing and downloading/obtaining from the internet at 'http://www.hnd.usace.army.mil' (under 'Directorates,' enter 'Business Opportunities' under 'Contracting'). Offerors may request a copy of the solicitation by e-mailing to BLISSD@smtp.hnd.usace.army.mil or telefax at 205-895-1197. Requests may also be mailed to U.S. Army Engineering & Support Center, Huntsville, ATTN: CEHNC-CT-S/Bliss, P.O. Box 1600, Huntsville, AL 35807-4301. Telephone requests are not acceptable. Contractor shall state their business size on their request for the RFP. All responsible sources may submit a proposal which shall be considered by this agency. Request for copies of the solicitation must be submitted in writing to U.S. Army Engineering and Support Center, Huntsville, ATTN: CEHNC-CT-S/Bliss, PO Box 1600, Huntsville, AL 35807-4301. See Notes 2 and 26.(0141)

Loren Data Corp. http://www.ld.com (SYN# 0106 19960521\Z-0001.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page