Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

Z -- Facilities Engineering, Building Operations, and Maintenance Services, Baltimore, MD

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
FMC-Baltimore-MD
 
Archive Date
7/8/2009
 
Point of Contact
Stephanie F Hill, Phone: 215-446-4766
 
E-Mail Address
stephanie.hill@gsa.gov
(stephanie.hill@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR Facilities Engineering, Building Operations, and Maintenance Services Baltimore, MD THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on interested small businesses to potentially compete its requirement for a new facilities engineering, building operations, and maintenance services for four building locations. These buildings include the Garmatz U.S. Courthouse, the Fallon Federal Building, the U.S. Appraisers Store, and the U.S. Custom House located in Baltimore, MD. The estimated dollar range, per FAR 36.204, of this procurement over ten (10) years is over $10,000,000. When a solicitation is issued, a bid bond of 20% shall be required. After award, the successful offer will be required to submit performance bonds equal to the contract award (a two (2) year base period), and may later be required to submit performance bonds at the exercise of each option. The locations of performance are: 1. Garmatz U.S. Courthouse 101 W. Lombard Street Baltimore, MD 21201 2. Fallon Federal Building 31 Hopkins Plaza Baltimore, MD 21201 3. U.S. Appraisers' Store 103 South Gay Street Baltimore, MD 21202 4. U.S. Custom House 40 South Gay Street Baltimore, MD 21202 General Description of Scope of Services: The solicitation will include a Performance Work Statement (PWS) for Facility Engineering Services integrating a Systems Thinking approach for four (4) federally owned facilities in downtown Baltimore City, Maryland. This contract will be solicited as a two (2) year contract, with one (1) two (2) year option, and two (2) additional option periods of three (3) years each, for a potential contract period total of ten (10) years. Facilities covered under the scope of this contract include federal office space, courthouse space, childcare space, and garage space, totaling approximately 1.6 million square feet. The successful contractor will act as partner to the General Services Administration and be expected to offer solutions and decisions that are in the best interest of the government and taxpayer in the management and performance of complete facility management, operations, maintenance, inspection, and repair of all mechanical systems and vertical transportation equipment in all facilities covered under the scope of this contract. The Contractor will be required to employ an active, effective Quality Control Program ensuring all services performed are of the highest quality standards and that any defects in workmanship or performance are corrected before any service delivery issues arise. Equipment and Systems Included: 1. Electrical systems and equipment. 2. Mechanical, plumbing, energy management control systems (EMCS) where applicable, and heating, ventilation, and air conditioning (HVAC) systems and equipment. 3. Fire protection and life safety systems and equipment including automated external defibrillator (AED) at Fallon. 4. All control systems that are within the scope of this contract. 5. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6. Service request desk operations, to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions. 7. Maintenance of fountain system. (Fallon Plaza) 8. Roof anchor systems tie off for window washing. 9. Static and dynamic bollard systems. 10. Dock levelers 11. Elevator and vertical transportation systems, including locks, keycard systems, and static and dynamic bollard systems. 12. Child care center playground equipment as well as child care kitchen equipment and appliances including stove, and refrigerator. All facilities equipment and systems associated with the child care center is also included. 13. All restroom dispensers (toilet paper, hand towel etc.) and all partition hardware. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract, as described in this document. Excluded from this scope are: 1. Security systems. 2. Telecommunication systems. 3. Equipment owned and operated by tenant agencies. 4. Furniture and furnishings not installed as fixtures. 5. Kitchen appliances and equipment in general cafeteria space. (Child care center kitchen equipment and appliances are included in this contract, See above). Note: All ductwork above the ceiling, grease traps with associated piping, as well as any fire suppression or fire alarm equipment is included in the scope of this PWS. 6. Equipment owned by servicing public utilities. 7. Fitness center equipment. Response Information: Small business respondents shall provide a list of three (3) similar contracts completed (or on-going) within the last five (5) years (within the closing date of this sources sought notice). If submitting information for a current contract, it must have been in place at least twelve (12) months as of the closing date of this pre-solicitation. No more than one (1) of the submitted contracts references provided may be for a current, uncompleted contract. Include the dollar value of each of the contracts over the life of the contract and a description of the contract. In addition, please include your firm's maximum bonding capacity in respect to the required bid bond and subsequent performance bonds. All small business respondents shall limit submitted information to three (3) single-sided pages (8 ½" x 11"), non-reduced, using 12 point font (a fax cover page will not be included in this limit). Respondents' information shall be submitted to Stephanie F. Hill, Contracting Officer, no later the 12:00 PM EST, June 23, 2009. Information may be submitted electronically through email or fax. GSA/PBS Region 3 20 North 8 th Street, 9 th Floor Philadelphia, PA 19107 Attn: Stephanie F. Hill Stephanie.Hill@GSA.GOV Fax: 215-446-6111
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/FMC-Baltimore-MD/listing.html)
 
Place of Performance
Address: multiple locations (see above), Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN01838723-W 20090610/090608234941-ea436932813b2be94e9cd398628cd7ef (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  © 1994-2020, Loren Data Corp.