Kentucky Bids > Bid Detail

DoDEA PMDM IDIQ Ft. Campbell, Kentucky

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159390052935915
Posted Date: Feb 22, 2024
Due Date: Mar 8, 2024
Source: https://sam.gov/opp/8b99bcfefb...
Follow
DoDEA PMDM IDIQ Ft. Campbell, Kentucky
Active
Contract Opportunity
Notice ID
W9123624R4005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NORFOLK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 08:28 am EST
  • Original Response Date: Mar 08, 2024 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Fort Campbell , KY
    USA
Description

W9123624R4005



DoDEA Ft. Campbell Preventative Maintenance and Demand Maintenance IDIQ located at Ft. Campbell, Kentucky



The U.S. Army Corps of Engineers (USACE), Norfolk District will be issuing a solicitation for a 100% SMALL BUSINESS SET-ASIDE for Preventative Maintenance (PM) and Demand Maintenance (DM) for the Department of Defense Education Activity (DoDEA) schools located at Fort Campbell, Kentucky.



Norfolk District will award a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract using the with the Best-Value (most highly qualified) Trade-off evaluation process in accordance with FAR Part 15. The proposed contract will consist of a six (6) month base period, four (4) one-year option periods, and one six (6) month option period. The contract will include fixed price line items for preventative maintenance and demand maintenance repair services below a Limit of Liability (LoL) of a line item, with capacity for negotiated, fixed price task orders for demand maintenance and repair requirements greater than the LoL. The contract will include a requirement Limit of Liability (LoL) of $7,000 for material and labor costs associated with any single demand maintenance event, repair, or replacement of any single piece of equipment. In addition, up to six demand maintenance occurrences between $7,000 and $20,000 per contract year will be allowed. The Firm-Fixed Price PM/DM amount of $5,000.00 will be obligated at time of award to satisfy the minimum guarantee. The NAICS code applicable to this requirement is 238220 – Plumbing, Heating, and Air-Conditioning Contractors with a Small Business size standard of $19 M.



Statement of Government Requirements



The purpose of this contract is to obtain preventive maintenance, on demand repair work, and incidental construction for plumbing, electrical, heating, ventilation and air conditioning, control systems, fire protection, playgrounds, kitchen equipment, building systems, and roofing. These services will be provided for facilities located at Ft. Campbell, Kentucky.



The Government anticipates awarding one contract for this location to a source experienced in the following:



- Mechanical Systems Preventive and Demand Maintenance



- Direct Digital Control Systems Maintenance and Repair Technical Requirements



- Plumbing Systems Preventive and Demand Maintenance and Repair



- Electrical Systems Preventive and Demand Maintenance and Repair



- Kitchen Equipment Maintenance and Repair



- Roof Systems and Site Inspection Preventive and Demand Maintenance and Repair



- Building Systems and Playgrounds Inspection Preventive and Demand Maintenance and Repair



- Fire Alarm and Suppression System Inspection, Preventive Maintenance, Demand Maintenance and Repair



- Playgrounds Inspections, Preventative Maintenance, Demand Maintenance and Repair Requirements Including Safety Rubberized System





Performance Objective





The performance objective for Preventive Maintenance services described below is to increase the life, maintainability, operating capability and efficiency of equipment or systems in these schools. The contractor shall provide preventive maintenance in accordance with manufacturer’s recommendations or recommended industry association standards using replacement parts with a quality equal to or better than presently used. The contractor shall maintain mechanical equipment so that it runs properly, efficiently and continues to be maintainable throughout the contract period. Work orders initiated using Computerized Maintenance Management System (CMMS) (preventive maintenance and service call tracking software) shall be completed within an Acceptable Quality Level (AQL) as indicated below. Work orders shall be completed in a timely manner, as identified in the Performance Work Statement. Preventive maintenance work orders shall be completed within a 5% AQL. Defects in completed work orders shall be no greater than the identified AQL of the samples of work that is inspected as part of the Government’s Quality Assurance Surveillance Program (QASP).





It will be the Contractor’s responsibility to evaluate requirements to bring all equipment, systems and facilities up to a condition so that it is feasible to maintain unless specifically indicated by the Government not to achieve such condition. Not achieving such condition may be the case and will be indicated so if a school or facility is to be abandoned or replacement of specific system(s) is imminent. This could include, but will not be limited to, component replacement or repair, unit control repair or replacement, or unit replacement. The proposal submitted by the Contractor shall include bringing the facility maintenance program up to the Association of Physical Plant Administrators (APPA) “Level of Performance Two – Comprehensive Stewardship.” This work will be handled as demand maintenance and repair work orders with the Contractor being responsible for all costs for equipment or system repairs below the LoL. This contract will include an LoL of up to $20,000 per contract year, which includes no more than six (6) preventative/demand maintenance occurrences (up to the LoL) per contract year for material and labor costs associated with any single demand maintenance event, repair or replacement of any single piece of equipment. The Contractor shall bring the requirement to the attention of the Contracting Officer Representative (COR) for consideration if additional Demand Maintenance and Repair services below the LoL are needed. All repairs for which the Government will be responsible for payment beyond the LoL will be executed through a separate negotiated task order awarded by the Contracting Officer.





Offerors will be evaluated on both technical quality and conformance to the solicitation and price. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price and to award to the proposer submitting the proposal, determined by the Government, to be the most advantageous to the Government, price and non-price factors considered. This notice is not to be construed as a request for proposals.



OFFERORS ARE ADVISED ANY AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED.



IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. No hard copies will be available.



Prospective contractors MUST be registered in the DoD System for Award Management (SAM) database in order to obtain access to SAM.gov. The Request for Proposal is anticipated on or about 18 March 2024. Notification of any changes to this pre-solicitation notice will only be made on SAM.gov. Therefore, it is incumbent upon vendors to monitor SAM.gov for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Lack of registration in the SAM database will prevent access to SAM.gov and will make a proposer ineligible for award. Representations and Certifications Applications apply to this solicitation and may be completed online via the SAM.gov website.



Inquiries may be directed to Katelyn Vance at katelyn.vance@usace.army.mil and copy Brady Hales at Brady.L.Hales@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED. Please see the solicitation on how to submit your inquiries for review.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 803 FRONT STREET
  • NORFOLK , VA 23510-1096
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2024 08:28 am ESTPresolicitation (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.

Start Free Trial Today >