Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
MODIFICATION

J -- O&M Services - Hatfield and Pioneer Courthouses - Portland, OR - Solicitation 1

Notice Date
9/17/2009
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Facilities Operations Support Branch, Service Contracts Team (10PCS), 400 15th Street SW, Auburn, Washington, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
GS-10P-09-LS-D-0038
 
Archive Date
10/30/2009
 
Point of Contact
Lani M Matsumoto, Phone: (253) 931-7875, Mae C. Smith, Phone: 253-931-7479
 
E-Mail Address
lani.matsumoto@gsa.gov, mae.smith@gsa.gov
(lani.matsumoto@gsa.gov, mae.smith@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP IV RFP Part III RFP Part II RFP Part I September 17, 2009 - Uploaded Request For Proposal (RFP). See attachments for details. ************************************************************* July 27, 2009 - This synopsis is being amended to state this acquisition will be conducted under a 100% Small Business Set-Aside. The NAICS Code is changed to 561210. The solicitation will be available on or about August 3, 2009. The new GSA National Performance Work Statement will be used for this performance-based acquisition. The original synopsis had to incorrect notice type - it should be pre-solicitation notice and not combined synopsis/solicitation. ************************************************************* <p>General Services Administration (GSA), Northwest Arctic Region, intends to establish a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract for Operations and Maintenance Services (O&M Services) at the Mark O. Hatfield U.S. Courthouse and the Pioneer Courthouse located in Portland, Oregon. The Mark O. Hatfield U.S. Courthouse building has 19 floors with 451,482 square feet of rentable space while the Pioneer Courthouse building is 5 floors with 43,333 square feet. The period of performance is for a base period of one (1) year with three option periods of varying lengths not to exceed a total of ten (10) years. The contractor shall provide all management, supervision, labor, materials, supplies, and equipment, and shall plan, schedule, coordinate, and assure effective performance of O&M Services. The new GSA National Performance Work Statement will be used for this performance-based procurement. The anticipated start date will be January 1, 2010. This acquisition will be issued IAW FAR Part 12 Acquisition of Commercial Items and FAR Part 15 Contracting by Negotiation. In conformance with FAR 19.13, this acquisition is being considered for a HUBZone Set-Aside. If your firm is HUBZone certified and intends to propose on this acquisition, please provide the following information to the Contracting Officer no later than July 2, 2009: 1) SBA certification of HUBZone eligibility; 2) Submittals to substantiate you have performed O&M Services at a minimum of three buildings similar in size and scope to this courthouses within the last five years; and 3) A positive statement that your firm intends to propose on this acquisition. Based on the responses received, the Contracting Officer will make a determination whether or not to make this a HUBZone Set-Aside. If there is not a reasonable expectation of adequate competition as a HUBZone Set-Aside, the acquisition will be conducted under a 100% Small Business Set-Aside. The North American Industrial Classification System (NAICS) Code is 561210 with a Small Business Set-Aside size standard of $35.5 million. The solicitation will be available on or about July 20, 2009. All offerors must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) prior to award. Offerors not already registered in CCR database are highly encouraged to register via Internet at http://www.ccr.gov. In accordance with FAR 5.102, interested parties may access the solicitation at http://www.fbo.gov. This website provides instructions for downloading the solicitation file. It is the responsibility of the potential offerors to monitor FedBizOpps for the release of the solicitation, any amendments and additional information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PZS/GS-10P-09-LS-D-0038/listing.html)
 
Place of Performance
Address: Mark O. Hatfield U.S. Courthouse:, 1000 SW Third Avenue, The Pioneer Courthouse:, 700 SW 6th Ave, Portland, Oregon, 97204, United States
Zip Code: 97204
 
Record
SN01958833-W 20090919/090917235936-fd610073b4503b57f9f8cde5f20f5e81 (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.