SOLICITATION NOTICE
R -- Pre-Solicitation Notice - W9124R-10-R-0015 - Installation Support Services
- Notice Date
- 4/4/2011
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-10-R-0015
- Response Due
- 4/14/2011
- Archive Date
- 6/13/2011
- Point of Contact
- carrizalesc, 928-328-3918
- E-Mail Address
-
MICC Center - YPG
(r.colette.carrizales@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Mission and Installation Contracting Command (MICC) Center - U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ. The requirement is for Installation Support Services for the Installation Management Command (IMCOM), Directorate of Public Works (DPW) with full performance at USAYPG, Yuma, AZ. The contractor will be required to provide non-personal Installation Support Services (ISS) to include all planning, programming and supervision of technical and professional personnel for operations, maintenance, repair and new 'minor' construction/alteration of real property facilities. The types of services to be provided include all service and construction industry trades and crafts such as: carpentry, masonry, concrete finishing, waste water collection, electrical, plumbing, engineering equipment operation, painting, locksmith, heating and air-conditioning, water treatment and distribution, pipefitting, grounds keeping, pest control and sanitary landfill operations. In addition, other service areas include: construction planning and estimating, service orders control, receipt and dispatching, furnishings management, Unaccompanied Personnel Housing (UPH) Self-Help, UPH assignments and terminations, UPH inspection, supply purchasing, warehousing and issue, financial accounting and management. The specific functional areas for which augmented or full contract support is required are (1) Operations, Maintenance and Repair of Facilities and Real Property; (2) Unaccompanied Personnel Housing; (3) Grounds Keeping; (4) Service Order (under 40 hrs) works; (5) Individual Job Order (over 40 hrs) works; (6) Wastewater Collection; (7) Maintenance and Repair of HVAC Systems; (8) Water Treatment/Distribution; (9) Pest Control; (10) Sanitary Landfill Operations; (11) Test and Training Support. Support provided to any given test program is typically the result of a collaborative effort of several of these functional areas. It is anticipated that the solicitation will be released on or about 18 April 2011. Award will be made using best value, trade-off procedures. A Firm-Fixed Price (FFP) type 'hybrid' contract with Cost Plus Fixed Fee (CPFF) and Cost reimbursable Contract Line Item Numbers (CLINs) is anticipated. The solicitation and subsequent contract will be awarded for a Phase-In period of 30 days, a one-year base period of performance and two one-year options, with the inclusion of FAR Clause 52.217-8 Option to Extend Services for a period Not To Exceed (NTE) 6 months for a total potential period of performance of three (3) years and six (6) months. This requirement is being solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) Code is 561210 - Facilities Support Services with a small business size standard of $35.5M. Contractors may direct any questions to the Contract Specialist at 928-328-3918 or by email to r.colette.carrizales@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8961a641be31a974b93742fab0655ab8)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02415866-W 20110406/110404233908-8961a641be31a974b93742fab0655ab8 (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 |