SOLICITATION NOTICE
Z -- Preventative and Demand Maintenance for DODEA Schools in West Point, NY
- Notice Date
- 10/28/2016
- 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
- W91236-17-R-0012
- Archive Date
- 11/30/2016
- Point of Contact
- Ramone A. Pierce, Phone: 7572017883
- E-Mail Address
-
ramone.a.pierce@usace.army.mil
(ramone.a.pierce@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Norfolk District, Army Corps of Engineers is contemplating a Firm Fixed Price, Service contract, for preventative maintenance and repair services for the Department of Defense Education Activity (DoDEA). Description of Work: The Norfolk District (NAO) has been tasked with issuing a solicitation for preventative maintenance and repair services for the Department of Defense Education Activity (DoDEA) - Americas, who provides a comprehensive education program, grades Pre Kindergarten (Pre-K) up to and including High School in some areas for eligible dependent children of Department of Defense personnel. The work for this requirement includes preventive maintenance, on-demand execution of maintenance, minor repair work and incidental construction requiring carpentry, masonry, painting, plumbing, electrical, heating, ventilation and air conditioning, fire protection, metal work and roofing for DoDEA-Americas facilities at West Point, New York, and as identified in the Performance Work Statement. NAO anticipates awarding this action as a hybrid indefinite delivery/indefinite quantity with firm fixed priced contract line items for preventative maintenance and repairs services below a Limit of Liability (LoL) of a line item with capacity for negotiated, fixed price task orders for demand maintenance and repair requirements greater than the Limit of Liability (LoL). This action will be for one (1) six (6) month base period and four (4) additional one (1) year option periods. The overall estimated value of this action is approximately $6,500,000, which includes all option years and potential task orders. The NAICS code for this action is 238220, and the Small Business size standard is $14M. The performance objective for Preventive Maintenance services described below is to increase the life, maintainability, operating capability and efficiency of equipment or systems in these schools. The contractor shall provide preventive maintenance in accordance with manufacturer's recommendations or recommended industry association standards. The Contractor shall maintain mechanical equipment so that it runs properly, efficiently and continues to be maintainable throughout the contract period. Work orders, initiated using SchoolDude (preventive maintenance and service call tracking software) shall be completed within an Acceptable Quality Level (AQL) as indicated below. Work orders shall be completed in a timely manner, as identified in the performance work statement. Preventive Maintenance work orders shall be completed within a 5% AQL. Defects in completed work orders shall be no greater than the identified AQL of the samples of work that is inspected as part of the Government's Quality Assurance Surveillance Program (QASP). The Government's QASP specifies a 10% sampling for Preventative Maintenance work orders monthly. The performance objective for Demand Maintenance and Repair services is to make systems operable, more efficient, increase operating capability and efficiency of equipment or systems included in these schools. The contractor shall provide Demand Maintenance and Repair services in accordance with manufacturers' recommendations or recommended industry association standards using replacement parts with a quality equal to or better than presently used. It will be the Contractor's responsibility to bring existing equipment up to a condition so that it is feasible to maintain unless specifically indicated by the Government not to achieve such condition. Not achieving such condition may be the case if a school or facility is to be abandoned or replacement of Mechanical system(s) is imminent. This could include but will not be limited to component replacement or repair, unit control repair or replacement, or unit replacement. The proposal submitted by the Contractor shall include bringing the facility maintenance program up to the APPA "Level of Performance Two - Comprehensive Stewardship." This work will be handled as demand maintenance and repair work orders with the Contractor being responsible for all costs for equipment or system repairs below the Limit of Liability (LoL). For Demand Maintenance and Repair work orders greater than the Limit of Liability (LoL), the Contractor shall submit a scope of work and price range to the COR for consideration. All repairs for which the Government will be responsible for payment (i.e., greater than the LoL) will be executed through a separate negotiated task order awarded by the Contracting Officer. The contracting officer will award a firm fixed price contract to the lowest priced, technically acceptable offeror, whose proposal conforms to the solicitation and is fair and reasonable. In addition, the awardee must be found responsible in accordance with FAR 9.1. The overall estimated value of this action is approximately $6,500,000, which includes all option years and potential task orders. The NAICS code for this action is 238220, and the Small Business size standard is $14M. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about November 17, 2016. 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 System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Ramone Pierce, Email: ramone.a.pierce@usace.army.mil; Phone: 757-201-7883.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-R-0012/listing.html)
- Place of Performance
- Address: West Point, New York, United States
- Record
- SN04315139-W 20161030/161028233750-d3f582e7f9a675fcec7a0c305fa2aad8 (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 |