SOLICITATION NOTICE
Z -- Indefinite Delivery/Indefinite Quantity Contract for Operation, Maintenance, and Minor Construction for U.S. Army Medical Command Facilities, CONUS, Alaska, Hawaii, and Puerto Rico.
- Notice Date
- 1/11/2010
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US Army Engineer District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
- ZIP Code
- 36628-0001
- Solicitation Number
- W91278-10-R-0038
- Response Due
- 3/29/2010
- Archive Date
- 5/28/2010
- Point of Contact
- Shamekia Underwood, 251-694-3868
- E-Mail Address
-
US Army Engineer District, Mobile
(shamekia.m.underwood@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- In general, the work consists of furnishing all labor, supervision, tools, materials, and equipment necessary to perform Operation and Maintenance Services for DOD Army Medical Facilities nationwide, including Alaska, Hawaii and Puerto Rico. Anticipated work contains full-service, continuous-coverage operation and maintenance (O&M) of medical facilities to include preventive, predictive, demand, and emergency maintenance. In addition, task orders may be awarded for construction requirements incidental to O&M (such as installation/extension of utilities, minor reconfiguration of treatment areas to support new medical equipment, etc). There are a wide variety of buildings and finishes (and a variety of building ages and conditions) that will be covered on any given O&M Task Order. Buildings vary from World War II lapped siding to new pre-engineered metal buildings to towering steel-frame pre-cast concrete skinned multi-story buildings. Example systems and equipment include but are not limited to emergency generators; electrical switchgear; electrical distribution; lighting; plumbing systems; roof and storm drain systems; heating ventilation, and air conditioning [HVAC] heating boilers; HVAC water chillers; HVAC cooling towers; HVAC pumps; variable frequency motor controllers; HVAC air handling units; operating room and isolation room pressurization systems; digital HVAC controls; nurse call; patient monitoring systems; intrusion detection systems; infant abduction systems; fire detection/alarm systems; fire sprinkler systems; carbon dioxide, wet and dry chemical fire suppression systems; elevators; pneumatic tube and box conveyor transport systems; medical gas systems to include medical air compressors, medical vacuum pumps, bulk oxygen tank farms, and medical gas and vacuum distribution and alarm panels; laboratory fume hoods; interior finishes; signage systems; structural building components such as roofs and building exterior faade; and passive fire protection systems (including fire and smoke partition integrity maintenance). Contractors must be aware of the health and life safety issues that must be considered while performing these demanding O&M tasks in an occupied medical treatment facility many with a critically ill inpatient population. Specific requirements, such as the stringent infection control measures in place at all medical treatment facilities, will be identified in the individual task orders, but Contractors are advised that special requirements (to include requirements ranging from badging to immunization requirements for individual workers) are typically required because the work will be performed in occupied medical treatment and/or medical research facilities. The Government contemplates awards of multiple Indefinite Delivery/Indefinite Quantity contracts resulting from this solicitation which will include a base year and four one-year options. Firm Fixed-Price Task Orders will be issued against the contracts. The total maximum value to be shared amongst all contracts awarded under this solicitation is $250,000,000.00. There is no guarantee that this maximum value will be distributed equally. Awardees will share this total value through a competitive task order award process. The requirement is handled by the U.S. Army Corps of Engineers, Mobile District, Mobile, AL. Solicitation documents should be available for download on or around 23 February 2010. Contracting Officer for this project is Ms. Donna Parker. Questions specific to this solicitation may be answered by sending an email to jacalyn.m.jenkins@usace.army.mil and cynthia.y.dunham@usace.army.mil or facsimile: 251-690-2675. There is no cost for this solicitation. All responsible sources may submit an offer that shall be considered. 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. Contractors must be registered in the DoD Central Contractor Registration (CCR) prior to award of this contract. Solicitation documents will only be available via FedBizOpps. Registration for the solicitation 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 Contractors responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The solicitation and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. The solicitation 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://tsn.wes.army.mil/ComSoftware.asp 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. Electronic medium for the bid submittal documents will not be allowed. Note No.3: For this job, a small business is defined as having average annual receipts of less than $33,500,000.00 for the past three years. Note No. 4: All advertisements of Mobile District projects will be through the Federal Business Opportunities (FedBizOpps). Detailed information on this and other Mobile District Projects (Ordering Solicitations, Points of Contact, Synopsis of Work, etc.) are available on the Internet at: https://www.fbo.gov and www.sam.usace.army.mil. Address questions concerning downloading of the solicitation to Sonya King at phone number 251-690-2537. Note No. 5: A pre-proposal conference will be held at 109 St. Joseph Street, Mobile, Alabama. Offerors should refer to Section L, Contract Clause 952.000-4133, Pre-Proposal Conference, in the solicitation for details regarding date and time. The purpose of the conference is to familiarize the offerors with the scope of work, address questions concerning the project, and familiarize the bidders with the Best Value process. Attendance at the conference is strongly recommended. It is requested that a representative of each offeror attend the pre-proposal conference. Number of attendees is limited to four from each firm. Names of individuals from each company who will attend the conference should reach the following addressees no later than (5) working days prior to the conference. Attendees may register via fax (251-690-2675) or email to Jacalyn.M.Jenkins@usace.army.mil and Cynthia.Y.Dunham@usace.army.mil. All attendees must bring a photo ID (such as valid drivers license) the day of the pre-proposal conference. All individuals will be issued a temporary badge the day of the conference. Please allow plenty of time at the security/badging office. The Government shall assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the Request For Proposals, the solicitation, or related documents.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-10-R-0038/listing.html)
- Place of Performance
- Address: US Army Engineer District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
- Zip Code: 36628-0001
- Zip Code: 36628-0001
- Record
- SN02039296-W 20100113/100111234532-bbc73e015ef0483aaa74c3ee3314962b (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 |