SOLICITATION NOTICE
Z -- Medical Facility Operation and Maintenance Services in the Continental United States, Alaska, Hawaii, Guam, Portugal, Turkey, Spain, Japan, Germany, England, Korea, and Italy
- Notice Date
- 5/21/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps of Engineers, Huntsville - Military, P. O. Box 1600, Huntsville, AL 35807-4301
- ZIP Code
- 35807-4301
- Solicitation Number
- DACA87-03-R-0009
- Response Due
- 7/22/2003
- Archive Date
- 9/20/2003
- Point of Contact
- Susan.L.Cunningham, 256-895-1137
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Huntsville - Military
(Susan.L.Cunningham@hnd01.usace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- NA The U.S. Army Engineering and Support Center, Huntsville, Alabama has a requirement for Operation and Maintenance (O&M) services at Government medical (with limited non-medical) facilities in the continental United States (Zone 1), Alaska, and Hawaii (Zone 2), as well as overseas locations (Zone 3) to include Guam, Portugal, Turkey, Spain, Japan, Germany, England, Korea, and Italy. The potential contracts will identify locations to be covered under the contracts by zones. Zone 1 is CONUS, Zone 2 is Alaska and Hawaii, and Zone 3 is OCONUS. Small businesses are not required to propose on Zone 2 or Zone 3, but may propose on all zones if they so desire. Offerors submitting a proposal for unrestricted awards must propose on all zones. These O&M services wil l consist of those actions required to preserve and maintain government medical and non-medical real property facilities in such a condition that they may be effectively used for their designated functional purpose. Although this acquisition applies to med ical and non-medical facilities, the primary focus of this acquisition and proposal evaluations will be medical facilities. OCONUS medical and non medical facilities will be limited to less than 15% of the programmatic capacity. These services will include scheduled maintenance, unscheduled maintenance, repair/replacement/renovation of facility systems and equipment, hospital aseptic services, grounds maintenance, pest management, medical equipment maintenance/repair, equipment inventories, condition assess ments, identification and or validation of problems/deficiencies, preparation of work plans describing method of correction/repair, actual execution of work plan to repair failed or failing medical and non-medical facility systems and equipment, implementa tion of automated maintenance management and CADD systems, facility management support, project management, minor construction within and without facilities, and other activities associated with operation, maintenance, and repair. Facility systems will in clude all mechanical, electrical, architectural, utility, and site systems, equipment and components. These O&M services will include, but are not limited to hospitals, clinics, administrative, pharmacies, veterinarian, dental, training, research, plants, labs, and storage facilities as well as some non-medical facilities associated with these medical facilities. Government medical facility maintenance/repair/renovation shall conform to the requirements of the Joint Commission of Accreditation of Health Ca re Organizations (JCAHO) Environment of Care Standards and other applicable codes and standards. Fulfilling individual requirements for supplies and services will be achieved under the procedures of Federal Acquisition Regulation, Part 16.505(b) (Ordering ), by the implementation of task orders issued under the proposed contracts. The proposed contract type is an indefinite delivery/indefinite quantity (ID/IQ), using firm fixed price (FFP) and time and material (T&M) task orders. A single solicitation is proposed for award of multiple contracts. It is anticipated that five ID/IQ contracts will be awarded in an estimated amount of $375 million dollars. The place of contract performance is the continental United States (Zone 1), Alaska, and Hawaii (Zone 2), as well as overseas locations (Zone 3) to include Guam, Portugal, Turkey, Spain, Japan, Germany, England, Korea, and Italy. It is anticipated that three contracts will be unrestricted, and two will be set-aside for small businesses. The total value of all three unrestricted contracts will be approximately $225 million over the base year and four option years (3 contracts x 5 ye ars), and that the total value of both restricted small business contracts will be approximately $150 million over the base year and four option years (2 contracts x 5 years). Option years are not required to be exercised. A unilateral modification will b e utilized to increase or de crease capacities on each of the resultant contracts (not to exceed the programmatic capacity of $375M), to accommodate program variables, contractor performance, and the requirements of Section 803 of Public Law 107-107 as necessary. Teaming arrangements and joint ventures between offerors are encouraged, if required, to provide the full depth and breadth of experience and capability required under this solicitation and resulting contracts. Fair Opportunity requirements under Section 803 of Public Law 10 7-107 and implementing DFARS guidance will be utilized with award of task orders under the resulting contracts. The most applicable North American Industrial Classification System Code (NAICS) is 561210, paragraph b, Facilities Support Services, with a sma ll business size standard of $23M, exception 13. The agency will apply FAR 52.219-14 on assessing whether a small business concern is eligible under a small business set aside. Offerors responding to this announcement shall reference DACA87-03-R-0009. Th e solicitation will be released electronically through the Internet at http:www.hnd.usace.army.mil/EBS/AdvertisedSolicitations.asp on or about June 16, 2003 and will close 22 July 2003. All responsible sources may submit a proposal which shall be consider ed by this agency. See Numbered Notes 2 and 26. A pre-proposal conference is tentatively scheduled for July 8, 2003 at 9:00 AM in the Tom Bevil Center located at 550 Sparkman Drive, Huntsville, AL 35807. Technical and contractual personnel will be ava ilable at the conference to discuss the requirements and answer questions that have previously been submitted in writing. Written questions must be mailed or e-mailed to Susan Cunningham at 4820 University Square, CEHNC-CT-S/Cunningham, Huntsville, Alabam a 35816-1822 or e-mailed to Susan.L.Cunningham@hnd01.usace.army.mil no later than June 25 2003. In accordance with DFARS 252-204.7004, Required Central Contactor Registration, offerors must be registered in the Central Contractor Registration (CCR) databa se. Lack of registration in the CCR on the part of an offeror will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling (888) 227-2423 or via the Internet at http://www.ccr. gov//. This is a successor procurement. Original contracts for procurement of similar services were awarded in May of 1997 under contracts DACA87-97-D-0027 and DACA87-97-D-0029 and successor contracts were awarded in April/May of 2000 under contracts DACA 87-00-D-0002, DACA87-00-D-0003, DACA87-00-D-0004, DACA87-00-D-0005, and DACA87-00-D-0006.
- Place of Performance
- Address: US Army Corps of Engineers, Huntsville - Military P. O. Box 1600, Huntsville AL
- Zip Code: 35807-4301
- Country: US
- Zip Code: 35807-4301
- Record
- SN00329957-W 20030523/030521213847 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |