|
COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1999 PSA#2346US Army Corps of Engineers, Engineering and Support Center Huntsville,
4820 University Square, Huntsville, AL 35816-1822 J -- O&M SERVICES AT GOV'T OWNED MEDICAL FACILITIES IN THE U.S.,
HAWAII, AND ALASKA SOL DACA87-99-R-0014 DUE 073099 POC Sharon Butler,
256-895-1136 or Nina Greene, 256-895-1437 E-MAIL:
Sharon.H.Butler@usace.army.mil and Nina.R.Greene@usace.army.mil,
Sharon.H.Butler@usace.army.mil and Nina.R.Greene@usace.army.mil. The
U.S. Army Engineering and Support Center, Huntsville, has a requirement
for procurement of Operation & Maintenance (O&M), documents and plans,
Preventive Maintenance, and Incidental Repair and replacement services
at Government Medical Facilities in the Continental United States,
Hawaii, and Alaska. Fulfilling individual requirements for supplies and
services will be achieved under the procedures of Federal Acquisition
Regulation, Part 16.505 (Ordering), by the implementation of task
orders issued under the proposed contract. Task Orders may require the
contractor to develop a plan which identifies the O&M work to be
performed, O&M procedures, O&M staffing and management/operation
approach. The contractor may then be required to implement the plan by
performing facility operation, preventive maintenance, minor
corrective maintenance, commissioning, and other incidental activities
associated with operation and maintenance of the facility for a
specified period of time. These O&M services may include but are
not limited to those normally associated with the O&M of systems,
equipment, and functions, inherent in Government Medical Facilities, to
include hospitals, clinics, administrative, plants, labs, and storage.
The proposed contract type is an indefinite delivery/indefinite
quantity (ID/IQ), using firm fixed priced (FFP) and Time and Materials
(T&M) tasks orders. A total of six (6) awards are anticipated to be
made as a result of this solicitation. It is anticipated that three (3)
will be unrestricted, two (2) set-a-side for Small Business and one (1)
set-a-side for an 8a firm, provided responsive and responsible offers
are received. The total obligated amount for all contracts will not
exceed $125,000,000 for the entire contract period, including option
years, if exercised. The contract period shall be five years (one base
year plus four option years). It is intended that the total value of
all small business and 8a set-a-side contracts will be no more than
$40,000,000 over the base year and four option years. The total value
of the three unrestricted contracts will be no more than $85,000,000
over the base year and four option years. A preproposal conference is
tentatively scheduled for July 8, 1999, in Huntsville, Alabama. The
exact time and location will be provided in the solicitation. Technical
and contractual personnel will be available at the conference to
discuss the requirements and answer questions that have previously been
submitted in writing. Written responses must be mailed to Sharon H.
Butler at 4820 University Square, CEHNC-CT-S/Butler, Huntsville,
Alabama 35816-1822 or e-mailed to both Sharon.H.Butler@usace.army.mil
and Nina.R.Greene@usace.army.mil no later than June 10, 1999. In
accordance with DFARS 252.204.7004, Required Central Contractor
Registration, offerors must be registered in the Central Contractor
Registration (CCR) database. Lack of registration in the CCR on the
part of an offeror will make an offeror ineligible for award. Offerors
may obtain information on registration and annual confirmation
requirements by calling (888) 227-2423 or via the internet at
http://ccr.edi.disa.mil//.Offerors responding to this announcement
shall reference DACA87-99-R-0014. The solicitation will be released
electronically through the Internet at www.hnd.usace.army.mil on or
about June 21, 1999. All responsible sources may submit a proposal
which shall be considered by this agency. The Standard Industrial
Classification (SIC) for this procurement is 8744, Note 12. This is a
successor procurement. Original contracts for procurement of similar
supplies and services were awarded in May 1997 under contracts
DACA87-97-D-0027 and DACA87-97-D-0029. See Notes 2 and 26. Posted
05/12/99 (W-SN330863). (0132) Loren Data Corp. http://www.ld.com (SYN# 0039 19990514\J-0004.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|