Similar Projects
Last Updated | 04/18/2023 06:34 AM |
Project Title | RFQ - Perform Operation and Maintenance with Repair and Minor Construction at METC |
Physical Address | View project details and contacts |
City, State (County) | San Antonio, TX 78205 (Bexar County) |
Category(s) | Medical |
Sub-Category(s) | Medical Office/Outpatient |
Contracting Method | Competitive Bids |
Project Status | Request for Qualifications, Construction start expected October 2023 |
Bids Due | View project details and contacts |
Estimated Value | |
Plans Available from | Agency's Affiliate |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | Sources Sought Number: W9127823R0057 Classification: Z1DZ (Maintenance of Other Hospital Buildings) NAICS: 236220 Location/Area: Medical Education and Training Center (METC), Joint Base San Antonio (JBSA), Fort Sam Houston, Texas Subject: Perform Operation & Maintenance (O&M) with Repair and Minor Construction in Support of Defense Health Agency (DHA) Program, METC, JBSA, Fort Sam Houston, Texas Sources Sought Notice / Market Research for information on capability and availability of potential contractors interested in proposing on Firm-Fixed-Price Contract to provide operations and maintenance with repair and minor construction in support of DHA program for Medical Education and Training Center. The intent of the contract is to provide all personnel, services, materials, equipment (except those materials and equipment that are Government-furnished), and transportation required to perform Operation and Maintenance (O&M) services for the Buildings associated with the Medical Education and Training Campus (METC) at Joint Base San Antonio (JBSA) in Texas and associated medical education training facilities. This facility is staffed 24/7 (on-call nights/weekends/holidays). The anticipated period of performance is a base and four one year options. The Performance Work Statement includes the following: Sustainment O&M services for the above buildings include, but are not limited to plumbing systems, medical gas systems, fire suppression/protection systems, HVAC systems and controls, electrical systems and circuits, including emergency power, refrigeration systems, electronic systems, building exterior, interior finishes, and deficiency correction in accordance with ALL installation, state, and Federal codes and laws. Additionally, the contractor shall operate and maintain Non-Sustainment systems, separate from the basic building systems discussed above, that include, but are not necessarily limited to, the following: o Moveable files and furniture in conjunction with the O&M task requirements. o Provide red lines to Owner to Maintain as-built electronic (AutoCAD) drawings The contractor shall submit various reports such as: monthly report shall be provided to the Facility Manager outlining those items which are showing wear and tear beyond their normal life expectancy and those items which require replacement or are expected to require replacement before the end of the next reporting period (i.e., items in a failed or failing condition). Additional reports required for documentation, and/or as defined in the facility's operation and maintenance management plan or other installation operating instructions, shall be submitted to the Facility Manager at scheduled intervals described in the document that requires the report. The contractor shall also provide daily "face to face" coordination with the Facility Management staff to facilitate effective facility O&M. The contractor shall provide a comprehensive preventive maintenance (PM) program and schedule PM actions in-accordance with manufacture's recommendations. The contractor shall ensure that PMs are established and scheduled for all equipment requiring tests or inspection, even if the equipment is being inspected and/or tested by another contractor. Tasks addressed in a PM shall be completed under the PM, e.g. replace filters, tighten/replace belts, make minor adjustments, etc. Additional Individual Job Orders or Service Orders may be required for more significant repairs. The Contractor shall ensure that a Real Property Inventory Equipment (RPIE) number exists or is created and is maintained in the Defense Medical Logistics Standard Support (DMLSS) for every existing and newly installed equipment item identified by TJC associated with utility systems and life safety, e.g. EC 02.05.07, etc. The contractor shall ensure that PM is prepared/created and scheduled in DMLSS that meets or exceeds TJC and NFPA inspection/test requirements. The contractor shall ensure accuracy of the DMLSS data at all times. The contractor shall have an automated inventory system that tracks and can provide written reports on the current status of on-stock inventory. The contractor shall provide Emergency Maintenance Work to protect of property from serious damage and any equipment failure which would result in stopping the delivery of student training and safety to personnel, students, and Faculty. The contractor shall provide 24/7 emergency/alarm coverage call-back capability after normal duty hours for all facilities. The contractor is required to record monthly utility readings for all buildings under contract and provide a written report to the Facility Manager identifying the gauge/meter readings and any inoperative or missing meters or gauges. Contractor shall provide labor, equipment, and materials to provide on-site support for the OSHA Voluntary Protection Program (VPP) and the BUILDER system. All these special requirements combine to create a demanding work environment for contractors, where the contractors must be willing to take on the risk performing work that may impact patient health and safety and may even expose their own workers to toxins or infectious diseases. This necessitates measures such as increased liability insurance, special immunizations for workers in certain facilities or areas of facilities, additional worker training in the use of specialized personal protective equipment, etc. This is a Market Research and Sources Sought Notice only. No award will result from this Sources Sought Notice. There is no solicitation available at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in accordance with the Federal Acquisition Regulation and its supplements. It is the contractor's responsibility to monitor the Government Point of Entry for the release of any solicitation. This Sources Sought Notice is not to be construed as a commitment by the U.S. Army Corps of Engineers (USACE), Mobile District to issue a solicitation or ultimately award a contract. Neither unsolicited proposals nor other kinds of offers will be considered in response to this Sources Sought Notice. This Source Sought Notice does not create an obligation on behalf of the Government to make an award of any contract pursuant to this announcement. The purpose of this sources sought notice is to determine the availability of qualified contractors to perform these services and to determine socioeconomic classifications (Small Business, 8(a), HUBZone, Service-Disabled Veteran Owned Small Businesses, Women Owned Small Businesses, etc.) associated with each. The primary North American Industrial Classification System (NAICS) Code applicable to this requirement is 236220, the small business standard for which is a concern, including its affiliates whose average annual gross revenues does not exceed $39.5 million. Responses to this Sources Sought Notice will be used by the government in making appropriate acquisition decisions. RESPONSE INSTRUCTIONS Responses are requested with the following information: 1. Contractor's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification (to include any designations such as Small Business, HUBZone, Section 8(a) contractor, Service Disabled Veteran owned Small Business, Small Disadvantaged Business, Women Owned Small Business, etc.) shall be indicated on the first page of submission. Offeror's bonding capability (construction bonding level per contract, expressed in dollars). *Requirement includes repair and construction incidental to the O&M requirement. 3. Documentation should be submitted with the following considerations: a. Describe your capability and experience to provide services for maintenance and repair of preventive, and emergency maintenance of all facility systems and components including architectural, mechanical, electrical, and instrumentation, and minor construction and repairs incidental to the O&M mission is required (as described in the Performance Work Statement section of this notice). b. Capability to meet the requirements detailed above. c. Capability to perform in Texas. The following shall be included for project information: d. No more than five (5) projects that are at least 50% complete within the past five (5) years that demonstrate capability based on the criteria listed above in section 3. e. Project information is not to exceed 3 pages, should include title, location, description, dollar value, and agency/Government entity. f. Submitted projects should be between $1,000,000.00 and $3,000,000.00 annually. 4. The above requested information shall not exceed a total of eight (8) pages on 8.5" x 11" paper, 12-point Times New Roman font, with a minimum of one (1) inch margins all around. Please do not provide standard marketing brochures or catalogs. Responses will be evaluated on the basis of demonstrated functional capability. Responses are due no later than 17 April 2023, 2:00 pm (CST). Responses received after this date and time may not be reviewed. Responses shall be submitted via email to Ms. Rhonda Archie, Contract Specialist, at larhonda.m.archie@usace.army.mil, and ct-cproposals-medcom@usace.army.mil. In the subject line of your email state: Response to W9127823R0057 - METC- Sources Sought Notice. No responses will be accepted by mail or fax. Submittals will not be returned. Telephonic responses will not be honored. The method of contractor selection has not been determined at this time. |
||||||||||||||||||||||||||||||||||||||||
Details |
|
||||||||||||||||||||||||||||||||||||||||
Bidder's List | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||
Prospective Bidders | View project details and contacts | ||||||||||||||||||||||||||||||||||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |