United States - CDP Facility Operations

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
02 April 2024
Opportunity publication date
20 March 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

The pre-solicitation notice associated with this solicitation was posted on January 22, 2024. This Request for Proposal (RFP) solicitation 70FA2024R00000001 will only be available on the Government Point of Entry (GPE) web page at https://www.sam.gov/.
This solicitation is for Facility Operations and Support Services (FOSS) for the Department of Homeland Security (DHS) / Federal Emergency Management Agency (FEMA) / Center for Domestic Preparedness (CDP) located in Anniston, AL. The Acquisition Operations Division/Preparedness Section intends to award a hybrid firm-fixed-price contract with reimbursable other direct costs (ODCs) under the authority of FAR Part 15.
The intention of this requirement is to obtain comprehensive facilities operations and maintenance services to support the DHS/FEMA/CDP and its facilities located in Anniston, Alabama. Among these facilities is the Chemical, Ordnance, Biological and Radiological Training Facility (CORATF), which has unique requirements to manage a training venue where chemical agents (GB and VX) and biological agents (Ricin and Bacillus Anthracis) are used in a specialized training environment. This will require contractor response capabilities on a 24-hour, 7-day-a-week basis. The contractor shall provide all support services as identified in this Performance Work Statement (PWS). The objective of this procurement is to obtain reliable, efficient, and effective services by applying a sound management and technical approach that will provide the best value and meet the objectives shown.
The primary functions to be performed are the operation, maintenance, repair, and minor alteration of the physical facilities, janitorial, housekeeping and lodging (billeting) support services and mail center operations for the CDP. The contractor shall provide the required project management, administrative services, associated scheduled (e.g., preventive/predictive) maintenance, unscheduled work (service orders), refuse disposal, hazardous waste management, recycling, and other services described herein. In performing these functions the contractor shall provide all parts, labor, supervision and administration, tools, equipment, vehicles, fuels, vehicle and equipment maintenance required, unless specifically identified as Government furnished. Physical facilities include, but are not limited to the following:
a. Electrical systems and equipment
b. Mechanical, plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the CDP network, the contractor's employees shall obtain a CDP account to access systems) and heating, ventilation, and air conditioning (HVAC) systems and equipment
c. Fire protection and life safety systems
d. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Lighting Systems that are within the scope of this Contract
e. Architectural and structural systems, fixtures, and equipment within the site
f. Service request desk operations as identified in the PWS, to include record keeping using a computerized maintenance management system (CMMS)
g. Maintenance of grounds irrigation systems
h. Tools and maintenance equipment (including testing equipment)
i. Vehicle barrier systems and static and dynamic bollard systems
j. All doors and windows
k. Autoclave system
l. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment
m. Facility roofing systems
n. The U.S. flag pole, lighting and pulley system(s)
o. All site drainage systems
p. Lightning protection system
q. Updates of software/firmware to latest revision and update software licenses for BAS
r. Water storage system and treatment (including water tower)
s. Contaminated waste disposal, to include hazardous waste
t. Compressed gases
u. Air filtration system (filter banks)
v. Safety operations
w. Package Boilers
x. Civil features
y. Security systems (excluding C-cure)
z. Closed Circuit Television Systems and Monitors (COBRATF)
aa. Calibration standards and equipment systems
The Performance Work Statement (PWS) is intended to be performance oriented. However, due to the hazards that could be encountered in preparation for and during the conduct of chemical and biological agent training, some tasks are specific and must be executed exactly as required in applicable procedures. Any proposing offeror is invited and encouraged to provide a technical solution which identifies a more performance-oriented approach. There are 35 attachments with this solicitation as outlined in Section J of the solicitation. 
Please ensure to review the entire solicitation and provide all appropriate responses and documentation as required. With the submission of a proposal package as outlined in Section L, please remember to complete all required documents within the solicitation packet, including but limited to: SF 33, OF336, and Section K "Representations, Certifications and Other Statements of Bidders", if applicable.
This competitive acquisition is limited to eligible Historically Underutilized Business Zones (HUBZone) concerns only. Eligible offerors shall be a HUBZone concern in accordance with Small Business Administration (SBA) requirements to participate in this competitive acquisition. A hybrid firm-fixed-price contract with reimbursable other direct costs (ODC’s) award is anticipated. Award shall be based on best value to the Government using trade-offs on price and non-price factors. The Period of Performance will be one (1) month of transition followed by 11 months of services for the base period of performance. The contract will include four (4), 12-month options. The anticipated contract performance start date is July 1, 2024. Any responsible HUBZone concern may submit a proposal that will be considered by the Government.
The NAICS code is 561210. The Small Business Size Standard for this NAICS is $47.0 million.
The incumbent contractor for this requirement is HME, Inc., under contract number 70FA2019C0008. Sources Sought notice  70FA2023I00000007 was previously issued for this requirement.
All questions shall be submitted no later than March 5, 2024, by email to Gary Topper, Contracting Officer, at email address: gary.topper@fema.dhs.gov and Justin Burger, Contract Specialist, at e-mail address: justin.burger@fema.dhs.gov. No phone calls accepted.
A site visit is scheduled for Tuesday, February 27, 2024, 8:00 AM (Central Time), Center for Domestic Preparedness, 61 Responder Drive, Building 61, Room 2001, Ft. McClellan, Anniston, AL 36205. No more than three (3) representatives per potential offeror will be admitted to the site visit. If you plan to attend, there are two (2) separate steps to the process:
Step 1: It is required that you email your company name and list all persons who will be attending to gary.topper@fema.dhs.gov and justin.burger@fema.dhs.gov.
Step 2: IN ADDITION, it is also required that you submit your company name, the full names of all persons who will attend the site visit, their social security number, and date of birth. This information shall be provided for all site visit attendees so that a criminal history check may be performed. This information shall be EMAILED ONLY to the CDP security office at fema-cdp-security@fema.dhs.gov in a password protected email, with a separate email sent containing the password. Anyone found to have disqualifying information in their criminal history will not be permitted access to CDP facilities. All site visit information shall be submitted no later than February 21, 2024, 4:00 PM (Central Time). There will be NO EXCEPTIONS to this deadline. Site visit attendees without prior security clearance will not be admitted into the CDP facilities.
NOTE: Only one site visit will be conducted. No questions will be entertained during the site visit. Any questions shall be submitted via email to the Contracting Officer and Contract Specialist shown above in section L.3.D.1. with the solicitation number referenced. No other site visit will be provided.
Proposals are due no later than 4:00 PM (Eastern), April 2, 2024. See solicitation for full proposal instructions.

Opportunity closing date
02 April 2024
Value of contract
to be confirmed

About the buyer

Address
PREPAREDNESS SECTION(PRE20) UNITED STATES
Contact
justin.burger@fema.dhs.gov

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?