Search Contract Opportunities

Operations and Maintenance Engineering Enhancement   13

ID: W912DY-16-R-0104 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 561210, Facilities Support Services. The small business size standard is $38.5M. This notice is open for responses from both small and large businesses and responses will be utilized to determine if this requirement, or a portion of this requirement, can be set-aside for small business in accordance Federal Acquisition Regulation (FAR) Subpart 19.5 .This notice is for market research purposes only and will not restrict the Government to an ultimate acquisition approach. This IS NOT A REQUEST FOR PROPOSAL (RFP) and the Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.

1. Contract Information: The U.S. Army Engineering and Support Center in Huntsville (CEHNC), Alabama intends to solicit and award multiple, indefinite delivery/ indefinite quantity (ID/IQ) contracts to provide support for Operation and Maintenance services including repair and replacement of equipment and minor construction services at Government medical and related non-medical facilities in the continental Unites States (CONUS) and outside the continental United States (OCONUS) to include Alaska, Hawaii, the United Kingdom, Germany, Italy, Thailand, Korea, and Japan. The contracts are anticipated to be awarded in 2019 with a twelve (12) month base ordering period and four, twelve (12) month optional ordering periods, for a total ordering period of at least five years. Firm Fixed Price (FFP) task orders will be competed and issued from the resultant contracts. The programmatic value of all task orders awarded under all of the ID/IQ contracts is $990M.

Interested sources should respond to the questions presented within this announcement in order to facilitate the Government's market research efforts. The Government will analyze all responses and determine the small business strategy for this acquisition. If the determination is made that there are not enough qualified and/or interested small business firms to perform this requirement, the Government may solicit the acquisition as an unrestricted full and open competitive basis. The Government does not intend to rank submittals or provide any reply to interested firms.

2. Project Information: The services to be performed will include preventive maintenance (PM) and repair of facility systems and equipment, aseptic management, grounds maintenance, pest management, medical equipment maintenance, minor construction within and without facilities, and other activities associated with operation, maintenance, and repair. Facility systems include all mechanical, electrical, plumbing, architectural, and site systems, equipment and components. Typical work may include repair and/or replacement of HVAC equipment, generators, fire alarm systems, electrical and lighting systems, medical gas and vacuum systems, windows, doors and flooring, duct cleaning, asbestos abatement/removal/disposal, minor paving, and similar efforts. Anticipated work may include equipment inventories, condition assessments, energy studies, identification and or validation of problems/deficiencies, preparation of work plans describing method of correction, actual execution to repair failing medical and related non-medical facility systems and equipment, implementation of automated maintenance management systems, facility management support, minor construction, and project management. Government medical facility repair shall conform to the requirements of The Joint Commission (TJC) Environment of Care Standards.

3. Submission Requirements:

Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to veronica.p.joyner@usace.army.mil no later than 17 OCT 2016 in the following format: Submissions should not exceed ten- 8.5 inches x 11 inches pages (five pages if printed two-sided). The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement.

No facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Ms. Veronica Hannahs, Contract Specialist at veronica.p.joyner@usace.army.mil or Ms. Althea Rudolph, Contracting Officer at althea.r.rudolphr@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply.

SOURCES SOUGHT QUESTIONNAIRE

1. What is the name of your business?

2. What is your business address?

3. Identify a responsible point of contact who can be contacted regarding your response, their phone number, and e-mail address.

4. Is your firm a large business, small business, certified 8(a) business, certified HUBZone business, woman-owned small business, and/or service-disabled veteran-owned small business? (Specify all that apply.)

5. What is your firm's level of experience in the following areas?

a. Performing and/or managing maintenance and repair work at medical facilities (for each item listed, provide your status as either as a prime, subcontractor, or in a teaming arrangement)

b. Developing schedules, quality control plans, safety plans, and methods of cost control for medical facility operations and maintenance efforts.

c. Providing quality assurance for medical facility operations and maintenance efforts.

d. Managing medical facility operation and maintenance programs, to include personnel, and management of subcontractors.

e. Preparing medical facility studies, plans, and providing support in the completion of equipment inventories, condition assessments, energy studies, identifying or validating medical facility problems/deficiencies, preparing corrective action plans to resolve medical facility deficiencies, implementing medical facility automated maintenance management systems, facility management support, minor construction, and project management.

f. Working with TJC, Accreditation Associations for Ambulatory Health Care (AAACH), and Association of Assessment and Accreditation for Laboratory Animal Care (AAALAC) standards.

g. Negotiating Collective Bargaining Agreements (CBA).

6. Has your firm performed on any relevant medical facility operation and maintenance projects in the last five years? If so, provide a brief summary of each project to include the point of contact, services provided, dollar value, location, and size of facility (approximate area in square feet).

7. Is your firm capable of performing in all geographical areas listed in paragraph 1 of this announcement? If not, indicate the geographical areas where your firm can or cannot perform.

8. What is your firm's financial capability in the following areas?

a. Bonding Capacity per project/task order? Total bonding capacity for all projects? (Typical size of construction projects anticipated under this acquisition: $100K - $3M.

b. How much can your firm float (for payroll, vendors, subcontracts, etc.) while waiting on payment from the Government [IAW DFARS 232.903 and 232.906(a)(ii)]?

Overview

Response Deadline
Oct. 17, 2016, 4:00 p.m. EDT Past Due
Posted
Sept. 16, 2016, 10:54 a.m. EDT
Set Aside
None
Place of Performance
Services will be performed at Government medical and non-medical facilities in the continental Unites States (CONUS) and outside the continental United States (OCONUS) to include Alaska, Hawaii, the United Kingdom, Germany, Italy, Thailand, Korea, and Japan. Other OCONUS locations may be needed as customer needs arise HUNTSVILLE, AL 35816 USA
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
32%
Vehicle Type
Indefinite Delivery Contract
On 9/16/16 Engineering Support Center Huntsville issued Sources Sought W912DY-16-R-0104 for Operations and Maintenance Engineering Enhancement due 10/17/16. The opportunity was issued full & open with NAICS 561210 and PSC S.
Primary Contact
Title
Contract Specialist
Name
Veronica Hannahs   Profile
Phone
(256) 895-1219

Secondary Contact

Title
Contracting Officer
Name
Althea R. Rudolph   Profile
Phone
(256) 895-1657

Documents

Posted documents for Sources Sought W912DY-16-R-0104

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W912DY-16-R-0104

Award Notifications

Agency published notification of awards for Sources Sought W912DY-16-R-0104

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W912DY-16-R-0104

Contract Awards

Prime contracts awarded through Sources Sought W912DY-16-R-0104

Protests

GAO protests filed for Sources Sought W912DY-16-R-0104

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912DY-16-R-0104

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912DY-16-R-0104

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W2V6 USA ENG SPT CTR HUNTSVIL
FPDS Organization Code
2100-W912DY
Source Organization Code
100221637
Last Updated
Nov. 1, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 1, 2016