Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2017 FBO #5613
SPECIAL NOTICE

Z -- REQUEST FOR INFORMATION - TOTAL FACILITIES MAINTENANCE - Draft PWS

Notice Date
4/4/2017
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 POWDER MILL RD, ADELPHI, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX-17-R-0019
 
Archive Date
4/29/2017
 
Point of Contact
Brett E. Bigbee, Phone: (301) 394-3016
 
E-Mail Address
brett.e.bigbee.civ@mail.mil
(brett.e.bigbee.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Location of Performance: USAG Adelphi Laboratory Center 2800 Powder Mill Road Adelphi, MD 20872 2.0 Description: This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 3.0 Background: The USAG ALC, DPW provides installation and engineering support services to a variety of installation tenants. It is the responsibility of the USAG ALC, DPW to maintain the facilities at ALC to include: infrastructure, utilities, facilities maintenance (i.e. roof replacement, paving repairs, repairs and alterations to real property, elevator maintenance, HVAC repairs/maintenance, etc.), and installation support services (i.e. custodial, ground maintenance, snow removal, refuse, etc.). 3.1 Period of Performance : It is anticipated the period of performance for this effort will be sixteen (16) months. It is estimated the period of performance will begin 01-October-2017. 3.2 Security Requirements : All Contractor personnel performing under this requirement must possess a minimum of a secret level security clearance. 4.0 Requested Information: The Government request any interested, currently active 8(a) small business concerns under NAICS code 561210 submit a capabilities briefing indicating the following: • Past Performance for similar efforts • Evidence of industry knowledge in the field of facilities maintenance/support services • Evidence of corporate experience in the field of facilities maintenance/support services • Any other information supporting the Contractor's ability to perform the requirement The Government intends to review all responses received and select the most highly qualified 8(a) companies for in-person capabilities briefings at the Adelphi Laboratory Center (ALC) in Adelphi, MD. These visits will also include a walk-through of the areas identified in the PWS. If selected for an in-person capabilities briefing, your company will be notified at least one (1) week in advance of the date and time of the briefing. Providing a capabilities statement with no other supporting information, such as the items listed above in the bullet points, may result in a vendor being removed from the list of candidates to attend the anticipated in-person briefings. It is anticipated a maximum of seven (7) vendors will be selected to attend. After all in-person capabilities briefings are held, the Government intends to select one (1) 8(a) company for award under the SBA's 8(a) Business Development program. 4.1 Description of Requirement : The Contractor will be required to provide day-to-day facility operations, maintenance, and repair of all building envelope, fire, mechanical, electrical, HVAC and specialty systems supporting mission functions of the Zahl Physical Sciences Laboratory (PSL) building. This includes, but is not limited to, the following systems and sub-systems (see attachment titled "Draft PWS" for more detailed description of the requirement): I. Life Safety and Security Systems : • Fire Protection System, consisting of Main and Jockey Electric Pumps, fire pump controller with Automatic Transfer Switch, Wet Pipe Fire Sprinkler System and backflow preventers • Fire Detection System, consisting of Heat Detectors, Pull Stations, Smoke Detectors, and Clean Room Sampling System • Emergency Diesel Generator Sets and supporting equipment • Dry chemical extinguishing systems installed with fume hoods • Gas alarm system, consisting of sensors, monitor modules, main control panels, local and remote shut downs • Lightning Protection System • Emergency exit push-bar doors • Laser lab entrance strobe lights II. Building HVAC/Energy Systems : • Air Handling Unit systems (AHUs) and related components • Make-Up Air Handler systems (MUA) (Class 10 and Class 100 Clean Room) • Re-circulating Air Handling Unit systems (Class 10 and Class 100 Clean Room) • Laboratory and Office Air Handling Unit systems • Support Systems Air Handling Units (Mechanical and Electrical rooms) • Dry Room Dehumidifying Air Handling Unit & Condenser system • Computer Room Air Handling Unit systems (Liebert Packaged Units) • Variable Air Volume (VAV) Boxes with or without Reheat Coil systems • Chilled Water Pumping systems • Glycol Chilled Water Generation System • HVAC Distribution Piping system • HVAC Controls systems and Energy Management Control systems • Heating Hot Water system • Exhaust Fans: General and Corrosive systems • Scrubbers: Corrosive Exhaust systems • Fume Hoods • HVAC Air Delivery systems • Smoke Purge Fan systems • Air Shower Supply Fan and Enclosure system(s): Class 10 and Class 100 Clean Room • Compressed air systems • Heat pumps for communications/telephone closets • Humidification systems (including Mee Fog system) III. General Plumbing Systems : • Industrial Hot & Cold Water systems • Domestic Hot & Cold Water systems (including eyewash and emergency shower systems in utility areas; i.e. labs, mechanical rooms, waste water treatment areas, etc.) • Expansion Tanks • Backflow preventers IV. Electrical Systems : • Interior Power Distribution, 15 KV primary fused switches, 3000 KVA & 1500 KVA power transformers and secondary switchgear • Switchboards, fused and circuit breaker types • Variable Speed Drives for building systems • Transformers, small dry types • Electrical Panels • Motor Control Center • Busways and Junction Boxes • Automatic Transfer Switches (ATSs) • Remote Annunciator Panels (Fire and Gas alarm) • Programmable Light Controller systems • Lighting systems • Uninterrupted Power Supply systems (UPS) - Flywheels & Batteries Types • Transient Voltage Surge Suppression systems (TVSS) in switchgear V. Specialty Systems : • Process vacuum system for laboratory equipment • Housekeeping vacuum systems • Bulk Liquid (LN2) and Gaseous general and ultra-high purity nitrogen supply piping internal to the building; to include LN2 phase separators and supply tanks • Total Gas Management System • Toxic gas cabinets, supply piping, valve manifold boxes and other associated equipment • Toxic gas scrubbers • Toxic gas monitor system • Ultra-High Purity/Demineralized/Process Cooling Water Systems • Waste water treatment systems: Heavy metal removal, acid/alkaline adjustment and daily operations, including supply of all of the required chemicals and materials. Please see the attached document titled, "Draft PWS", for a DRAFT version of the requirements of this effort. 5.0 Responses: Responses may be submitted through FedBizOpps website, or directly to the Contract Specialist listed below. Responses are due before the closing date and time of this RFI. This is an RFI to identify interested vendors only. There will be no Questions and Answers (Q&A)s at this time. Interested vendors should only submit the requested information listed in section 4.0 of this RFI. Point of Contact (POC) : Contract Specialist: Brett Bigbee Phone: (301) 394-3016 Email: brett.e.bigbee.civ@mail.mil DISCLAIMER : THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide Engineering Support Services. The information provided in the RFI is subject to change and is not binding on the Government. The Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b4355f45381b411575dbd2e2ab05cfe)
 
Place of Performance
Address: USAG Adelphi Laboratory Center, 2800 Powder Mill Road, Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04459159-W 20170406/170404235249-5b4355f45381b411575dbd2e2ab05cfe (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.