SOURCES SOUGHT
Z -- Facility Maintenance Services at various Marine Corp Reserves Centers (MCRC)
- Notice Date
- 3/7/2008
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
- ZIP Code
- 31402-0889
- Solicitation Number
- W912HN-08-S-0100
- Response Due
- 3/21/2008
- Archive Date
- 5/20/2008
- Point of Contact
- Henry Wigfall, (843) 329-8088
- E-Mail Address
-
Email your questions to US Army Corps of Engineers, Savannah
(henry.wigfall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is not a Request for Proposals (RFP) or Invitation for Bids (IFB) and does not commit the Government to award a contract now or in the future. No solicitation is available at this time. The purpose of this synopsis is to ide ntify organizations with the necessary qualifications to provide the services stated herein. All small business organizations (SB SDB, WOSB, HUBZone, and VOSB and SDVOSB) are encouraged to respond to this notice to determine if possible set-aside opportu nities exist. This requirement is assigned a NAICS Code 561210 Facility Support Services, the NAICS Code size standard is $32.5 Mil. SCOPE: The contractor will provide all labor, tools, equipment, transportation, supervisions, and other necessit ies to conduct preventative maintenance (PM) and inspections, testing, and certification of equipment, control inspection (CI) of facilities, repair of equipment and facilities, and facilities service (FS) support for Marine Corp Reserves Centers (MCRC) lo cated in Bakersfield, CA, Fresno, CA, Pasadena, CA, Pico Rivera, CA, San Bruno, CA, Riverton, UT, and Yakima, WA. The Contractor shall implement a PM program for systems and equipment to ensure proper operation, to minimize breakdowns, and to maximi ze useful life. The contractor shall perform PM on all HVAC systems including boilers, chillers, package units, air handling units, fans, unit heaters, and controls, electrical systems including motor controllers, panel boards, lights, and transformers, f ire protection equipment including fire detection and alarm, sprinklers, and fire extinguishers, weight handling equipment, and miscellaneous equipment including pumps, air compressors, water heaters, and roll-up doors. The Contractor shall provide inspect ion, testing, and certification services of cranes and back flow preventers to ensure equipment is maintained in a safe and fully operational condition. The Contractor shall perform CI of facilities to determine the physical condition of facilities and ide ntify any existing or potential problems and appropriate repair requirements. The CI shall include inspecting roofing systems, exterior walls, foundations, grounds, pavement systems, storm drainage systems/ storm water retention, water distribution system s, wastewater collection systems, antiterrorism/force protection boundaries, interior walls/ceilings, floors, doors, windows, and moisture control/paint condition. The Contractor shall perform repairs on equipment exceeding the requirements of the PM progr am and repairs to facilities identified in the CI using service calls or IDIQ task orders. Contractor shall perform pest control at all sites with the exception of MCRC Riverton as well as janitorial services at MCRC Fresno. Intent is to award a 1-year bas e contract with 4-one year options. The approximate annual value is $300k to $700k. The company must: show the ability to provide services in California, Utah, and Washington; show experience in providing these services; List the company size unde r the listed NAICS; Provide a point of contact; Interested businesses that believe they possess the capabilities necessary to undertake this project should submit an electronic copy of their capability statement, addressing the requirements ide ntified above. Please limit responses to 5 pages or less. Any proprietary information should be so identified. Capability statement should be received by the Contracting Officer no later than March 21, 2008. References shall include company name, point of contact, telephone number, telefax number, and email address. Capability statement shall identify the business status of the organization. No collect calls will be accepted. Respondents may submit their capability statement to: henry.wigfall@usace. army.mil or fax Henry Wigfall at 843-329-2320. For additional information, contract: Henry Wigfall Contracting Officer Savannah Regional Contrac ting Center, Charleston Office 69A Hagood Avenue Charleston, SC 29403 Telephone: 843-329-8088
- Place of Performance
- Address: US Army Corps of Engineers, Charleston 69A Hagood Avenue Charleston SC
- Zip Code: 29403-5107
- Country: US
- Zip Code: 29403-5107
- Record
- SN01527231-W 20080309/080307224757 (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 |