Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
MODIFICATION

R -- Enterprise Whole Facilities Maintenance Services - Figure 1 - Maintenance Groups Table

Notice Date
6/10/2009
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
09RT0050
 
Archive Date
6/23/2009
 
Point of Contact
Clyde R. LoSasso, , Michael Norton,
 
E-Mail Address
clyde.losasso@gsa.gov, michael.norton@gsa.gov
(clyde.losasso@gsa.gov, michael.norton@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Figure 1 - Maintenance Groups Table Sources Sought Notice The General Services Administration (GSA) Federal Acquisition Service (FAS) is seeking to identify sources to provide nationwide whole facilities maintenance services to the Defense Commissary Agency (DeCA) commissaries. This effort is classified through the North American Industry Classification System (NAICS) under 561210, Facilities Support Services ( $35.5m average over the last 3 years.) This is a Sources Sought Notice only. This is not a solicitation announcement. This notice is intended as a market research tool to determine the interest of qualified small and large business sources. Small businesses participating in any of the Small Business Administration Programs (Small business, Service Disabled Veteran Owned Small business, SBA Certified 8(a) Firm, SBA Certified Hubzone firm or self declared) that are interested in submitting information for this requirement must be aware that they must perform at least 50% of the effort with their employees. DeCA has a requirement to maintain their commissary facilities through the award of a Whole Facilities Operations and Maintenance (O&M) service contracts nationwide. DeCA's mission is focused on providing routine and mission-critical groceries and supermarket services to military men and women, their families, and military retirees. DeCA operates a large amount of mechanical and electrical equipment necessary to provide continuous, redundant environmental support which is required 24 hours per day, 7 days a week, 365 days a year. DeCA's operational goal is to provide this service regardless of geographic location. This requirement is to supply whole facilities O&M services to up to approximately 185 DeCA commissaries, cold storage, and distribution facilities in the United States and US Territories. The Government anticipates multiple IDIQ contracts will be awarded under one solicitation for this requirement. Each awardee will compete for task orders. Each task order will be structured into maintenance groups as shown in the attached Figure 1 - Maintenance Groups. This is an ongoing requirement that will be satisfied through this acquisition process for a five year period of performance; a one-year base period and four one-year option periods. DeCA is unique as they are the only supermarket agency in the Department of Defense. The critical tasks for this requirement are in the maintenance and monitoring of the commissary refrigeration systems. At risk is the $1 million to $2 million worth of perishable goods at each commissary. The supermarket refrigeration technology is different than the standard refrigeration environment. The primary difference is that the refrigerant is run through an extensive network requiring much higher volumes of refrigerant controlled to much tighter temperature tolerances. The goal of future contracts is to treat maintenance as a proactive function to deliver groceries to our armed forces in a cost effective manner across the United States and US Territories; weighing the costs and risks and balancing the decision against the store's mission, and making informed decisions. Proactive maintenance is an action of monitoring equipment in order to identify and correct problems, before equipment failure occurs, which reduces emergency actions and excessive costs in order to keep a facility running in a most energy efficient and cost effective manner. The Contractor will be responsible for a wide variety of services necessary to provide a safe, sanitary, and sustainable environment for both customer shopping and for DeCA personnel. The Contractor must have the capacity to maintain, repair, repair by replacement, and upgrade all equipment and real property within the five foot line perimeter of a covered DeCA facility. Any exceptions shall be authorized by the Contracting Officer. The Contractor shall provide management, supervision, personnel, tools, parts, materials, general and specialized equipment, electronic communication and reporting, and transportation necessary to perform the requirements of this contract. There are two main types of DeCA maintenance, preventative and unscheduled. Unscheduled maintenance is further broken down into the following four subcategories: · Emergency Maintenance and Repairs (2 hour response) · Priority Maintenance (respond by noon following business day) · Routine Maintenance (respond and schedule within 7 days) · Repair and Maintenance (Major system replacement, HVAC, refrigeration, incidental construction, replacement of floor and ceiling tiles) Other requirements may include: Monthly reporting Implementation and utilization of a Computerized Maintenance Management System (CMMS) including training of the CMMS Establish and operate a 24-hour call center Outside service call/dispatch capabilities Multiple location functionality Refrigeration Monitoring Center Service (RMCS) record keeping Compliance with applicable federal, state, and local criteria This is a Sources Sought Notice and there are no bid documents available at this time. Submission of this information is for market research purposes only. It is not to be construed as a commitment by the Government to procure any services, nor does GSA FAS intend to award a contract on the basis of this source sought notice; or otherwise pay for the information solicited. No telephone, written notifications or requests for solicitations or posting status will be honored. When available, the resultant solicitation will be issued. Statement of Capability The Statement of Capability (SOC) is for market research purposes only; and will not be utilized for prequalification purposes. Interested parties are invited to submit a SOC. The SOC must identify the following: 1. At least two (2) contracts (include point of contact information) in which the interested party served as either the Prime contractor or subcontractor performing a substantial portion of the services described above. 2. At lease two (2) geographical locations where the interested party performed under contracts for the services described above. Please indicate whether the interested party performed as a prime contractor or a subcontractor. 3. Whether the interested party is a nationwide provider for the services described above. 4. The years of company experience maintaining the services described above. 5. Business Classification as either; a) Other than small business, b) Small business, c) Woman-owned business, d) Veteran Owned Small business, e) Service Disabled Veteran Owned Small business, f) SBA Certified Small Disadvantaged business, g) SBA Certified 8(a) Firm, h) SBA Certified Hubzone firm or i) self declared. 6. Based on the interested party's industry experience, what is a reasonable percent of the Total Contract Value that the interested party would anticipate subcontracting for the above described services? Please choose: 0%, <15%, 15-40% or >40%. 7. The percentage of in house services the interested party would anticipate for the services described above. Please choose : 0%, <15%, 15-40% or >40%. 8. Identify the Computer Monitoring and Management System (CMMS) used to provide the services described above. The SOC must be submitted and answered in the numbered question format above (questions 1-8) via e-mail in pdf or Microsoft Word 2003 format to Clyde R. LoSasso, E-mail: clyde.losasso@gsa.gov, with the following information: The e-mail's Subject Line: "SOC" Company Name DUNS# NAICS# Name, phone number, and email address of the interested party's contact person Responses must be received NLT June 22, 2009, 5:00 PM MST Source List The Source List is for market research purposes only; and will not be utilized for prequalification purposes. To have the interested party added to the source list, please send an email to Mike Norton, E-mail: michael.norton@gsa.gov, with the following information: The e-mail's Subject Line: "Source List Addition" Company Name DUNS# NAICS# Name, phone number, and email address of the interested party's contact person A brief description of services to be considered (e.g., prime or subcontract work, etc.) Business Classification as either; a) Other than small business, b) Small business, c) Woman-owned business, d) Veteran Owned Small business, e) Service Disabled Veteran Owned Small business, f) SBA Certified Small Disadvantaged business, g) SBA Certified 8(a) Firm, h) SBA Certified Hubzone firm or i) self declared Additions must be received NLT June 22,2009, 5:00 PM MST Statement of Capability Point of Contact: Clyde R. LoSasso Procurement Analyst Systems Development Corporation Supporting the General Services Administration E-mail: clyde.losasso@gsa.gov Source List Point of Contact: Mike Norton Contract Specialist Systems Development Corporation Supporting the General Services Administration E-mail: michael.norton@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fa2b30f1315cecb57c27b960e3671a20)
 
Place of Performance
Address: United States and US Territories, United States
 
Record
SN01841444-W 20090612/090610235645-fa2b30f1315cecb57c27b960e3671a20 (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.