SOLICITATION NOTICE
J -- Preventive Maintenance and Repair, DoDEA Schools at West Point Military Academy, New York
- Notice Date
- 6/30/2012
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-12-R-0029
- Point of Contact
- Lynn M. Tanno, Phone: 7572017839, Debora S Gray, Phone: 757-201-7551
- E-Mail Address
-
Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil
(Lynn.M.Tanno@usace.army.mil, debora.s.gray@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Norfolk District, requires all necessary labor, materials, tools, plant and equipment required to provide facilities support services to include the following for the Department of Defense Education Activity (DoDEA) Schools, at West Point Military Academy, West Point, New York: Mechanical Systems to include, but not limited to, HVAC Preventive Maintenance and Repair Direct Digital Control (DDC) Systems Maintenance and Repair Plumbing Systems Preventive Maintenance and Repair Electrical Systems Preventive Maintenance and Repair Kitchen Equipment Preventive Maintenance and Repair Roof Systems and Site Inspection Preventive Maintenance and Repair Building Systems and Playgrounds Inspection Preventive Maintenance and Repair The contractor shall provide preventive maintenance for all systems and equipment in accordance with maintenance schedules developed by the Contractor, the statement of work, and federal, state, and local regulations. The contractor shall perform Preventive Maintenance to increase the life, maintainability, operating capability and efficiency of equipment or systems in facilities identified in the performance work statement. The contractor shall also perform Demand Maintenance and Repair, as identified by the contractor or the government, to bring all equipment and systems identified in the performance work statement to proper working order in a timely fashion. The work identified is to be provided by means of an Indefinite Delivery/Indefinite Quantity, Firm-Fixed Price type contract. The minimum guarantee for this requirement is $100,000 for the life of the contract, and the proposed contract for this requirement has a not to exceed value of $5,000,000 for the life of the contract. Task orders may be issued for any of the services covered by the base contract, which may include one or more of the maintenance and repair services listed above. This requirement will be awarded using best value source selection procedures, where non-price factors and price are considered. The solicitation and resulting contract award will be a performance-based service acquisition made to the responsible offeror whose proposal represents the best value to the Government. The offeror's proposal shall contain a response to each of the evaluation factors and shall be in the form prescribed by the solicitation. The evaluation factors are: Factor A. Management Plan, Factor B. Performance Capability, Factor C. Past Performance, and Factor D. Price. Technical Factors A, B, and C, are of equal importance. The cumulative rating of the non-price evaluation factors are significantly more important than price. The solicitation will require that offerors provide a discussion of their findings from the site visit in their proposal. Therefore, attendance at the site visit is highly encouraged. The planned dates for the site visit are July 23, 2012 through July 24, 2012. This date is subject to change. Reference the solicitation, once posted, to confirm site visit dates. The total contract term including the exercise of any options, shall not exceed 60 months (One (1) base year and four (4) option years). The Government has the option to extend the term of the contract for additional periods of one to twelve months. The North American Classification System (NAICS) is 238220, the size standard is $14,000,000.00. The proposed procurement listed herein is 100% set-aside for Small Business Concerns. The RFP will be available in electronic format only and will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about July 16, 2012. The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the Central Contractor Registration (CCR) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via the Internet at http://www.bpn.gov. Online Representations and Certifications Applications (OCRA) apply to this solicitation. With ORCA, you now have the ability to enter and maintain your representations and certification information, via the Internet at http://orca.bpn.gov. You no longer have to submit representations and certifications with your proposal. The Point of Contact for this requirement is Lynn M. Tanno, Email: Lynn.M.Tanno@usace.army.mil; Phone: 757-201-7839.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-12-R-0029/listing.html)
- Place of Performance
- Address: West Point Military Academy, West Point, New York, United States
- Record
- SN02791451-W 20120702/120630233018-7122ac5a1f8ecf63bd90e228243fd93e (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 |