SOURCES SOUGHT
Z -- Facilities Operation, Maintenance, and Support Services
- Notice Date
- 11/5/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127819L0008
- Archive Date
- 12/4/2018
- Point of Contact
- Derrica J. Frazier-Corbie, Phone: 2516902566, Sara G. Logsdon, Phone: 2516903347
- E-Mail Address
-
derrica.j.fraziercorbie.mil@mail.mil, sara.g.logsdon@usace.army.mil
(derrica.j.fraziercorbie.mil@mail.mil, sara.g.logsdon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The U.S. Army Corps of Engineers (USACE), Mobile Directorate of Contracting (DOC) is seeking information regarding capability and availability of potential contractors to perform an Indefinite Delivery Indefinite Quantity (IDIQ) Contract for Facilities Operation, Maintenance, and Support Services for the U.S. Naval Medical Research Unit No. 6 (NAMRU-6). The Mobile DOC proposes to issue a Single Award Task Order Contract (SATOC). The proposed service contract is intended to provide operation and maintenance of medical research facilities and support structures and components in a continuous and satisfactory condition on a 24 hour basis, 7 days per week. Requirements include preventive, predictive, demand, and emergency maintenance of all facility systems and components, including but not limited to architectural, mechanical, electrical, and instrumentation. Janitorial services at specified facilities may also be included in task order requirements. Minor construction and limited design incidental to the O&M mission may also be required. Total capacity over the potential five year life of the contract (base year plus four one-year options) is $4,000,000.00. Individual task orders will be negotiated and awarded as firm-fixed price actions. The proposed contract will support NAMRU-6 facilities and systems, primarily centered in Peru, but including geographically dispersed satellite facilities located mostly in Central and South America. Work will require knowledge of the functional operation of medical research facilities, relating to the efficient use of the facility, equipment, facility support systems, and building structures. Since the facilities will be in full operation, the contractor will be required to minimize interference with the daily operation of the laboratories and support facilities, and will be required to comply with requirements of a number of regulatory and accrediting bodies such as the American Association for Accreditation of Laboratory Animal Care (AAALAC). The facilities to be covered by the intended contract include Bio-safety Levels (BSL)-2, and 3 research laboratories and laboratory support functions, vivarium facilities, administrative spaces, parking areas and structures, and supporting systems and utilities. The performing contractor's personnel may be required to meet security and health screening requirements. In addition, there may be facilities or portions of facilities that require medical testing and/or immunization of Contractor employees, beyond basic OSHA requirements, before the employees are authorized to work in the controlled room, area, or facility. This requirement may be due to the containment requirements in bioresearch laboratories, the potential for exposure of workers to toxins or communicable diseases, etc. The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services. The primary North American Industrial Classification System (NAICS) Code applicable to these requirements is 561210, Facilities Support Services. The Small Business Size Standard is $38.5 Million. Offerors are requested to respond to this sources sought synopsis with the following information, which shall not exceed 10 pages: 1. Offeror's name, address, points of contact, telephone numbers, and e-mail addresses. 2. Offeror's capability to perform, to include logistic complexity, and facility/project size. Biomedical research facility operation and maintenance experience is desired. Operation and maintenance of a single building system (HVAC, electrical, etc) is not considered indicative of experience in full service facility operation and maintenance. 3. Offeror's business size to include designation as Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Service Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, and Large Business Concerns. For 8(a) Contractors, please include proposed graduation date from the 8(a) Program. 4. No more than five (5) projects that are at least 50% complete within the past five years that demonstrate their capability to perform the type of work described above. Project information is not to exceed 1 page per project and should include title, location, general description of the project, Offeror's role, dollar value of the project, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and email address). Interested Offerors shall respond to this Sources Sought Synopsis no later than 20 November 2018. ALL RESPONSES MUST BE EMAILED to SAMCT.LATAM@usace.army.mil, and sara.g.logsdon@usace.army.mil. The e-mail subject line for each response should include "Response to Sources Sought Synopsis - NAMRU-6". This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127819L0008/listing.html)
- Place of Performance
- Address: U.S. Naval Medical Research Unit No. 6 Facilities and systems, primarily centered in Peru, but including geographically dispersed satellite facilities located mostly in Central and South America., Peru
- Record
- SN05143520-W 20181107/181105230654-6c163a3de4d7eed965a3c67d6a704499 (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 |