Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2023 SAM #7733
SOLICITATION NOTICE

Z -- Operations & Maintenance Services for South Florida Operations Office- USACE

Notice Date
1/27/2023 12:58:05 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP23R0005
 
Response Due
3/6/2023 11:00:00 AM
 
Point of Contact
Martha Sequeira, Phone: 9042321792, Gary Weir, Phone: 9045704596
 
E-Mail Address
martha.g.sequeira@usace.army.mil, Gary.R.Weir@usace.army.mil
(martha.g.sequeira@usace.army.mil, Gary.R.Weir@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SUBJECT: Operations & Maintenance Services for South Florida Operations Office-USACE A site visit is expected to be held on or about Wednesday February 22, 2023, in the vicinity of the W. P. Franklin Lock and Recreation Area, and other government facilities. Specific site visit details will be posted with the solicitation. DESCRIPTION OF WORK: The U.S. Army Corps of Engineers (USACE) Jacksonville District (SAJ) has a new requirement for a non-personal services contract to provide Operations and Maintenance services including preventative and recurring maintenance, scheduled and emergency repairs to facilities and infrastructure throughout central and southern Florida. The contract shall outline the basic services to be performed in a broad nature and each task order issued will expand the services to be accomplished which will be unique to each project. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform operations and maintenance activities and improve navigation and flood control structures and waterways, buildings, facilities, equipment, real property (RP), and real property installed equipment (RPIE) throughout the area of responsibility. Navigation and flood control structures will be maintained in safe and operable condition at all times. Buildings and facilities shall be maintained such that they are structurally sound, weather tight, safe for occupants and visitors, and all mechanical systems shall be maintained in good working condition. All equipment and RPIE shall be maintained in safe and operable condition. All RP shall be clear of debris and safety hazards and shall be maintained in a visually attractive manner. The contractor shall prioritize, schedule, and execute work with regards to safety, security, critical systems, repair, recurring maintenance, preventative maintenance, and improvement work.� The general requirements for this contract include providing oversight, management, and assessment of facility and infrastructure operations, maintenance and repair, material control, and customer service throughout USACE South Florida Operations Office (SFOO) areas of responsibility. Services include Operations Management; Operations and Maintenance; Infrastructure Systems; Facility Systems; and includes the following activities: Heating Ventilation and Air Conditioning (HVAC), plumbing, electrical maintenance and repair, Vertical Transportation Equipment (VTE) maintenance, minor construction, structural, and roof maintenance. This operations activity also maintains and operates the Automated Data System and the capacity to respond and eliminate any facility or infrastructure related emergency condition 24 hours a day. The contractor is expected to partner with the US Army Corps of Engineers (USACE) SFOO community in continuously improving the quality of programs and services offered to customers and shall follow applicable instructions and local procedures concerning the management of environmentally sensitive operations and shall cooperate with USACE officials in resolving incidents and taking corrective action to prevent recurrence when divergences from sound environmental practices occur within the service area of responsibility. �The total estimated period of performance for this contract is five (5) years. PROPOSAL REQUIREMENTS: Award will be made based on the best overall (i.e., best value) proposals that are determined to be the most beneficial to the Government utilizing the Tradeoff process. Proposals will be evaluated in the areas of Technical, Management, Past Performance, and Price. NAICS Code: 561210 Facilities Support Services THIS IS A 100% TOTAL SMALL BUSINESS SET ASIDE ACQUISTION. ALL RESPONSIBLE SMALL BUSINESS OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about February 15, 2023 with a response date to a minimum of 21 days after issuance. Solicitation will be issued in electronic format only and will be posted on the Contract Opportunities website: www.SAM.gov. In order to receive notification of any amendments to this posting and the solicitation, interested vendors must REGISTER AS INTERESTED VENDOR on the Contract Opportunity website. If you are not registered, the Government is not responsible with providing you with a notification of any changes. You must be registered in the System for Award Management (SAM) in order to receive a Federal Government award. Go to www.SAM.gov to register.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8073e2624f444ae7a41021e5343a9c71/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN06575587-F 20230129/230127230103 (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 |
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.