Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2007 FBO #2036
SOLICITATION NOTICE

J -- Mechanical Operations and Maintenance Services

Notice Date
3/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Office of Tenant Operations, Minnesota/Wisconsin Service Center (5PT5), 610 S. Canal Street, 10th Floor,, Chicago, IL, 60607, UNITED STATES
 
ZIP Code
60607
 
Solicitation Number
GS-05P-07-SE-C-0054
 
Response Due
4/26/2007
 
Point of Contact
Amanda Struve, Contract Specialist, Phone 612-725-1774, Fax 612-725-3817, - Geraldine Jordan, Contracting Officer, Phone (312) 353-7619, Fax (312) 353-0240,
 
E-Mail Address
amanda.struve@gsa.gov, geraldine.jordan@gsa.gov
 
Small Business Set-Aside
8a Competitive
 
Description
The following work will be performed at the following two locations: Location 1: Bishop Henry Whipple, Federal Office Building 1 Federal Drive Fort Snelling, MN 55111 Location 2: Eau Claire Federal Office Building and US Courthouse 500 South Barstow Eau Claire, WI 54702. Offerors must submit offers for BOTH locations in order to be considered for award. The Contractor shall provide all Management, Supervision, Labor, Materials, Supplies, Repair Parts, Tools and Equipment for the services described in this solicitation. This contract is being solicited as a five year contract, with five additional option periods of one year each. The scope of work for this project includes but is not limited to following: All mechanical, electrical, utility, fire protection systems equipment, exterior access control systems equipment, and interior and exterior architectural and structural systems in the buildings shall be operated and/or maintained at the highest level of efficiency compatible with the current energy conservation requirements, nationally recognized codes and standards and maintained at an acceptable level, throughout the contract performance period. An "acceptable level" of maintenance is defined as the level of maintenance which will preserve the equipment and structure in unimpaired operating condition; i.e., above the point where deterioration will begin, thereby diminishing the normal life expectancy of the equipment and/or structure. The Contractor is responsible for performing scheduled and unscheduled maintenance and maintenance repairs, as necessary, on a 24-hour a day, 365 days per year basis including emergency call-back service This procurement will be a competitive 8(a) set-aside. The North American Industry Classification System (NAICS) code is 238220 with a size standard of $13 million. Request for Proposals will be available on or about March 27, 2007. This is a negotiated procurement. Best value method will be used to determine awardee. Evaluation factors will consist of price. Proposals will be opened privately. GSA, PBS, Office of Tenant Operations, Minnesota/Wisconsin Service Center, will no longer mail hardcopies of the solicitation or issue solicitations via the Federal Business Opportunities website, http://www.fedbizopps.gov. The solicitation cited above can only be obtained by accessing a secure website known as the Federal Technical Data Solution (FedTeDS). FedTeDS is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as FedBizOpps and the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedTeDS, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Since October 1, 2003, it is federally mandated that any business wishing to do business with the federal government under a FAR-based contract must be registered in CCR before being awarded a contract. In addition, vendors must maintain their CCR records annually. You may access CCR at www.bpn.gov. Once you have registered with CCR you will be required to register with FedTeDS. No federal materials can be downloaded until you have registered under both sites. You may access FedTeDS via the following URL https://www.FedTeDS.gov. You will then be required to access the vendor registration form by selecting the hyperlink entitled Register with FedTeDS and then choosing the Vendor Registration Form hyperlink. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's , CCR Point of Contact )your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number),Your Telephone Number and Your E-Mail Address. Also, Beginning January 1, 2005, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendments, if any, to the solicitation. Offer due date and time for receipt of proposals will be April 26th, 2007 at 4:00 p.m. (Minnesota Time). All requests must be submitted to: General Services Administration Attn: Ms. Amanda Struve 1 Federal Drive, Room G750 Ft. Snelling, MN 55111 Any questions regarding this notification should be directed to the Contracting Officer or Contract Specialist whose name appears herein. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/GSA/PBS/5PT5/GS-05P-07-SE-C-0054/listing.html)
 
Place of Performance
Address: Location 1: Bishop Henry Whipple, Federal Office Building, 1 Federal Drive,Fort Snelling, MN 55111 Location 2: Eau Claire Federal Office Building and US Courthouse,500 South Barstow, Eau Claire, WI 54702.
Zip Code: 55111
Country: UNITED STATES
 
Record
SN01326426-F 20070624/070623002802 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.