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 equipmentb. 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 equipmentc. Fire protection and life safety systemsd. 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 Contracte. Architectural and structural systems, fixtures, and equipment within the sitef. 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 systemsh. Tools and maintenance equipment (including testing equipment)i. Vehicle barrier systems and static and dynamic bollard systemsj. All doors and windowsk. Autoclave systeml. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environmentm. Facility roofing systemsn. The U.S. flag pole, lighting and pulley system(s)o. All site drainage systemsp. Lightning protection systemq. Updates of software/firmware to latest revision and update software licenses for BASr. Water storage system and treatment (including water tower)s. Contaminated waste disposal, to include hazardous wastet. Compressed gasesu. Air filtration system (filter banks)v. Safety operationsw. Package Boilersx. Civil featuresy. Security systems (excluding C-cure)z. Closed Circuit Television Systems and Monitors (COBRATF)aa. Calibration standards and equipment systemsThe 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.