Operations & Maintenance Services for South Florida Operations Office- USACE
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159792352282846 |
Posted Date: | Jan 27, 2023 |
Due Date: | Mar 6, 2023 |
Solicitation No: | W912EP23R0005 |
Source: | https://sam.gov/opp/8073e2624f... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 27, 2023 03:58 pm EST
- Original Response Date: Mar 06, 2023 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Z1JZ - MAINTENANCE OF MISCELLANEOUS BUILDINGS
-
NAICS Code:
- 561210 - Facilities Support Services
-
Place of Performance:
FLUSA
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.
- KO CONTRACTING DIVISION 701 SAN MARCO BLVD
- JACKSONVILLE , FL 32207-0019
- USA
- Martha Sequeira
- martha.g.sequeira@usace.army.mil
- Phone Number 9042321792
- Gary Weir
- Gary.R.Weir@usace.army.mil
- Phone Number 9045704596
- Jan 27, 2023 03:58 pm ESTPresolicitation (Original)
- Nov 10, 2022 03:47 pm EST Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.