Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA524022R0006
DESCRIPTION OF WORK: 36 Civil Engineering Squadron (36 CES) requires essential maintenance to unaccompanied housing (UH) Dormitories and Contingency Quarters (CQ).This contract will provide preventati...
DESCRIPTION OF WORK: 36 Civil Engineering Squadron (36 CES) requires essential maintenance to unaccompanied housing (UH) Dormitories and Contingency Quarters (CQ).This contract will provide preventative maintenance (PM) and repair services to support 5 UH dormitories, 4 CQ dormitories, and 82 CQ housing units. Facilities will be maintained in either active or warm status and work will be prioritized based on work management processes outlined on the PWS. The following list includes the primary services to be provided by the contractor. Provide emergency maintenance services to include manpower and materials necessary to repair facilities and systems. Service shall be available 24/7 with in the stipulated response times. Provide PM on utilities and mechanical systems. PM includes manpower and materials necessary to maintain systems. Maintenance shall be completed in accordance with (IAW) contractor's submitted schedule. Provide urgent maintenance services to include manpower and materials necessary to repair facilities and systems. Provide routine maintenance services to include manpower and materials necessary to repair facilities and systems. The estimated number of work tasks per year is approximately 3,200, with an estimated 52,000 man-hours of labor. Work tasks or Direct Schedule Work (DSW) are generally work requests for services received by the Government from facility occupants. The vendor will perform preventive maintenance on a recurring basis that provides upkeep and order to existing facilities. In perspective the estimated preventative maintenance work will require 8,000 to 9,000 man-hours per year. LOCATION OF WORK: Andersen AFB, Guam TENTATIVE DATE OF ISSUE: The solicitation number for this acquisition will be FA524022R0006, and will be available for retrieval at SAM.gov once posted on or about 11 May 2022. RESTRICTION TO SMALL BUSINESS: This acquisition is being competed as a 100% Small Business set-aside. The applicable North American Industry Classification System (NAICS) code for this acquisition is 561210, with a small business size standard of $41.5 million. The eventual contract for this acquisition is contemplated to be Firm-Fixed Price (FFP). OTHER INFORMATION: The solicitation for this acquisition will be issued electronically and will be publicized via Sam.gov. Interested offerors are responsible for retrieving their own copy of the solicitation and all associated documents from the Sam.gov website as no paper copies will be furnished. No offeror mailing list will be maintained. Interested offerors should register at the Sam.gov website in order to receive notification of any additions/changes to the publicized solicitation. Interested offerors are encouraged to submit their contact information by registering as an interested vendor, utilizing the “Vendor Notification Service” link within the “Register to Receive Notification” function. All offerors must be registered within the System for Award Management (SAM) database. Offerors may obtain information on registration and annual entity confirmation requirements at https://www.sam.gov; additional information regarding the required registration and annual confirmation steps from the Federal Service Desk (FSD) at https://www.fsd.gov, or by calling 1-800-606-8220. Offers in response to the publicized solicitation for this acquisition shall be submitted electronically via PIEE/Solicitation Module. Questions via telephone will not be accepted. NOTICE TO OFFERORS: The Government reserves the right to cancel this solicitation, either before or after closing of receipt of bids.