SOLICITATION NOTICE
Z -- Fort Jackson Facility Investment Services
- Notice Date
- 12/4/2020 9:48:16 AM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US ARMY ENGINEER DISTRICT CHARLESTO CHARLESTON SC 29403-5107 USA
- ZIP Code
- 29403-5107
- Solicitation Number
- W912HP-20-R-2000
- Response Due
- 12/21/2020 7:00:00 AM
- Archive Date
- 01/05/2021
- Point of Contact
- Kristin Recio, Phone: 843-329-8170, Henry Wigfall, Phone: 8433298088
- E-Mail Address
-
Kristin.a.Recio@usace.army.mil, henry.wigfall@usace.army.mil
(Kristin.a.Recio@usace.army.mil, henry.wigfall@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PURPOSE OF THIS ANNOUNCEMENT: This announcement constitutes a pre-solicitation announcement of a proposed contract action pursuant to FAR 5.204. This is not a solicitation. No response is requested at this time. A formal solicitation will follow this announcement with full details, including a response deadline, the complete Price Proposal Schedule, the Final Performance Work Statement, Instructions to Offerors, and the Evaluation Factors/Basis for Award.� The formal solicitation is expected to occur on or around 15 days after the posting of this pre-solicitation notice. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. PLANNED SOLICITATION: The US Army Corps of Engineers, Charleston District intends to issue a Request for Proposals (RFP) for the services described herein.� Currently it is estimated that the formal solicitation could occur any time before January 30, 2021. �Proposals will be due no less than 30 days from the solicitation date. The solicitation and any subsequent amendments will be posted to Beta.sam at www.Beta.sam.gov. �NOTE: ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH PROCUREMNT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) at https://piee.eb.mil. Web Based Training for registration and proposal submission is available as a separate portal on the main page of the site or by visiting https://pieetraining.eb.mil/wbt/. Although you can search, review, and open non-restricted solicitations without logging in, you must establish a personal account in the system and register for the Proposal Manager role before you are able to submit a proposal. This account is activated by your Contract Administrator (CAM). Instructions for registering are as follows: 1. Navigate to https://piee.eb.mil 2. Select Register [top right] 3. Select Vendor 4. Create a User ID and Password and follow the prompts [next] 5. Create Security Questions [next] 6. Complete your User Profile Information [next] 7. Complete your Supervisor or Approving Official Information. This official will act as the CAM who will ultimately approve your account. 8. Complete Roles - Step 1. Select SOL-Solicitation, Step 2. Select Proposal Manager, Step 3. Click Add Roles, Step 4. Fill in your Location Code (CAGE Code) [next] 9. Provide a justification for your registration [next] VERIFY ACCOUNT STATUS/CAPABILITIES. Once the Proposal Manager account has been approved, verify that your account is showing active under the profile page. Also, once you click on the specified solicitation, verify that the �Offer� tab is visible next to the �Solicitation� tab at the top of the page. The proposal will be submitted through the �Offer� tab. It is imperative that this is verified early in the process in order to mitigate any potential problems with the submission of your proposal. Prospective Offerors are advised, to be eligible for award of the contract resulting from this solicitation requires an active SAM registration, to include satisfactory completion of the applicable online representation & certifications. TOTAL SMALL BUSINESS SET-ASIDE: This acquisition will be a 100% Total Small Business Set Aside pursuant to FAR 6.203 & FAR 19.502-2. The NAICS Code selected for this acquisition is 561210 Facilities Support Services, which has a size standard of $41.5 million average annual revenue. PLANNED CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract using the Best Value Tradeoff Procurement Method. The intent is to award one contract as a result of this solicitation. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each. INFORMATION ABOUT THE SERVICES TO BE PROCURED: This contract is to support the Directorate of Public Works need for facility support services at their facilities located on Fort Jackson, SC.� The fundamental outcome of this procurement is to deliver preventative maintenance and repair support to around 71 buildings that contain roughly 10,000 pieces of equipment and that span over 5 million square feet of space at Fort Jackson, SC.� Components of the service include: (a) Preventative Maintenance (PM) and service calls. This refers to all-encompassing preventive facilities maintenance for the DPW�s various buildings and equipment (including, for example, HVAC, electrical, and plumbing systems, water heaters, emergency generator units, overhead doors, plumbing and fixtures, backflow preventers, grease traps, roof drains/gutters, access control systems, kitchen equipment, oil-water Separators, underground/above ground storage tanks, Central Energy Plant Boilers etc.).� As a component of the preventative maintenance program, service calls are encompassed up to the limits of liability.� This refers to minor ad-hoc, reactive repair work for outages, breakages, damages, etc. not covered under preventative maintenance. Service calls are brief in scope and do not require detailed job planning. Service calls will be managed via a work reception center, which will classify them as emergency, urgent or routine. (b) Facility Investment and Maintenance Services.� This refers to larger projects for service repairs and maintenance. These projects are also ad-hoc, but are generally more complex and require more detailed job planning. Primarily these projects consist of infrastructure sustainment, as well as minimal restoration and modernization work, incidental to the service, to repair or replace facility components that are expected to occur periodically throughout the life cycle of facilities. Examples include roof repairs, refinishing of wall surfaces, repairing and replacement of heating and cooling systems, replacing tile and carpeting, and similar types of work. PLACE OF PERFORMANCE: This contract will be performed entirely on Fort Jackson, SC. SITE VISIT/PRE-PROPOSAL CONFERENCE: The USACE Charleston / Fort Jackson DPW plans to host a pre-proposal conference following the formal RFP announcement and offer an opportunity to tour some or all of the facilities to be covered under this contract.� Prospective offerors are strongly encouraged to attend the pre-proposal conference and visit all the locations made available pursuant to FAR 52.237.1--this will allow them the best opportunity to fully understand the scope of this project and anticipate the related costs in order to provide the best possible value to the Government.� Pre-proposal conference / site visit details are still pending and will be provided via future announcement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0dfe55d26851439fb87bb7a734e5ebae/view)
- Place of Performance
- Address: Columbia, SC 29217, USA
- Zip Code: 29217
- Country: USA
- Zip Code: 29217
- Record
- SN05866992-F 20201206/201204230140 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |