Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2010 FBO #3249
SOLICITATION NOTICE

J -- Facilities Engineering, Operations and Maintenance Services - 17 Facilities in WV, VA and KY

Notice Date
10/15/2010
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building, 20 N 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-11-CD-D-0004
 
Point of Contact
Katelyn A. McCullough, Phone: 2154465734, Daniel J. Correnti, Phone: 2154464992
 
E-Mail Address
Katelyn.McCullough@gsa.gov, daniel.correnti@gsa.gov
(Katelyn.McCullough@gsa.gov, daniel.correnti@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, intends to compete a requirement for a new Facilities Engineering, Operations and Maintenance Services Contract covering seventeen of its building locations. These buildings are located in the three states of Virginia, West Virginia, and Kentucky. The locations of performance are: 1 C. Bascom Slemp Federal Building 2 Federal Building 322 East Wood Avenue 180 West Main Street Big Stone Gap, VA 24219-2824 Abingdon, VA 24210-2844 3 Richard H. Poff Federal Building 4 Elizabeth Kee Federal Building 210 Franklin Road SW 601 Federal Street Roanoke, VA 24011-2204 Bluefield, WV 24701-3066 5 Robert C. Byrd Federal Building & Courthouse 6 Federal Building & U.S. Courthouse 110 North Heber Street 1125 Chapline Street Beckley, WV 25801-4501 Wheeling, WV 26003-2976 7 Federal Building 8 Sidney L. Christie Federal Building 502 Eighth Street 845 5TH Avenue Huntington, WV 25701-2035 Huntington, WV 25701-2014 9 Mt. Hope Federal Building 10 Federal Building and Post Office 100 Bluestone Road 449 Water Street Mount Hope, WV 25880-1006 Summersville, WV 26651-1332 11 Federal Office Building 12 Robert C. Byrd Federal Building & Courthouse 425 Juliana Street 300 Virginia Street East Parkersburg, WV 26101-5352 Charleston, WV 25301-2503 13 Forest Service Building 14 Jennings Randolph Federal Center 200 Sycamore Street 300 Third Street Elkins, WV 26241-3932 Elkins, WV 26241-3898 15 Federal Building 16 Martinsburg U.S. Courthouse 244 Needy Road 217 West King Street Martinsburg, WV 25405-9431 Martinsburg, WV 25401-3286 17 Top of Form Carl D. Perkins Federal Building & Courthouse Bottom of Form 1405 Greenup Avenue Ashland, KY 41101-7542 General Description of Scope of Services: The solicitation will include a Performance Work Statement (PWS) for Facility Engineering, Operations and Maintenance Services for seventeen (17) facilities within the states of Virginia, West Virginia and Kentucky. 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. The facilities covered under the scope of this contract comprise federal office space, courthouse space, post office space, computer room space, and garage space. The successful offeror 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 equipment in both 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. The general categories of services included in this PWS include: 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. 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. Static and Dynamic bollard systems, as well as motorized gates. 8. Dock levelers 9. All restroom dispensers (toilet paper, hand towel etc.) and all partition hardware. 10. Kitchen appliances and equipment in general cafeteria space. 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. 11. Vertical Transportation Equipment and Systems. Additional services may be ordered at the discretion of GSA 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. Equipment owned by servicing public utilities. 6. Fitness center equipment. 7. Automated External Defibrillators (AEDs). 8. Custodial Services. 9. Grounds care. 10. Snow removal. The applicable NAICS code is 561210, Facilities Support Services, and the small business size standard is $35.5 million. In accordance with 19.502-2(b), the anticipated contract will be competed as a total small business set-aside. The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. The Government reserves the right to make an award without discussions. For this procurement, the combined weight of the technical evaluation factors and price are considered approximately equal. Technical factors shall be measured in terms of their significance as they relate to each other. Past Performance and Prior Experience are equal in importance and, when combined, are approximately equal in importance to Management Plan. The solicitation package (including specifications, offer forms, clauses, and provisions) will only be available electronically on FedBizOpps. It will be available approximately on or after NOVEMBER 15, 2010. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Offerors MUST be registered in the Contractor's Central Registration (CCR) database in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). 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. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. All questions must be submitted in writing to the attention of Ms. Katelyn A. McCullough either by email: katelyn.mccullough@gsa.gov or phone number is 215-446-5734. *** This is NOT a request for proposals and does not constitute any commitment by the Government.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRE/GS-03P-11-CD-D-0004/listing.html)
 
Place of Performance
Address: Seventeen (17) buildings within the three (3) states of WV, VA and KY., United States
 
Record
SN02311578-W 20101017/101015233655-703e2c53718b68dc35ba72a1bb16cd3b (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.