Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOLICITATION NOTICE

Z -- Facilities Engineering, Building Operations & Maintenance Services

Notice Date
4/1/2011
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC) new, THE STRAWBRIDGE BUILDING, 20 NORTH 8TH STREET, Philadelphia,, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-11-AZ-D-0018
 
Point of Contact
Mark R. Talarico, Phone: 2154464558, Daniel Correnti, Phone: 2154464992
 
E-Mail Address
mark.talarico@gsa.gov, dan.correnti@gsa.gov
(mark.talarico@gsa.gov, dan.correnti@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
GS-03P-11-AZ-D-0018 Facilities Engineering, and Building Operations & Maintenance Services, United States Post Office and Courthouse (POCH) Pittsburgh, PA 15219 The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is soliciting proposals for a new facilities engineering, buildings operations, and maitenance services contract, for the US Post Office & Courthouse (POCH), located at 700 Grant Street, Pittsburgh PA 15219. Bonding shall not be required. The solicitation will include a Performance Work Statement (PWS) for Facilities Engineering Services integrating a Systems Thinking approach for the POCH Building in Pittsburgh, PA. This contract will be solicited as a two (2) year contract, with one (1) two (2) year option period, and two (2) additional option periods of three (3) years each, for a potential contract period of ten (10) total years. The building has diverse conditions that will affect how services are performed, such as geographic location, size, building structure, ongoing renovation projects with multiple contractors, and tenant population. Having all service requirements in one contract is also important for the strategic management and contract administration of the service location. The successful contractor will act as a 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 facilities management, operations, maintenance, inspection, and repair of all mechanical systems covered under 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 approximate building square footage is 627,716. 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. Customer service desk, service request response, including after hour emergency response, and utilization of the GSA owned Computerized Maintenance Management System (CMMS). 7. Kitchen appliances and equipment in cafeteria. 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. 8. Dock levelers, garage doors, guard booths. 9. Installation only (not procurement) of all restroom dispensers (toilet paper, hand towel etc.). All partition hardware and batteries necessary for dispensers is included in the scope of this PWS. Please note the above itmes may be expanded in the formal solicitation to be issued. The contract will be procured using Source Selection procedures as identified in FAR 15.3 with a firm fixed price contract with economic price adjustment to the offerors who provide the best value to the government. THIS PROCUREMENT SHALL BE SET-ASIDE FOR SMALL BUSINESS FIRMS. Offerors will be evaluated based on technical merit and price proposals. The Government reserves the right to make award without discussions. The technical evaluation factors are: 1) PRIOR EXPERIENCE ; 2) PAST PERFORMANCE ; 3) MANAGEMENT PLAN. The combined weight of the technical evaluation factors is approximately equal in importance to price. The solicitation package (including specifications, offer forms, clauses, and provisions) will only be available electronically on FedBizOpps. It will be available on or after April 18, 2011. 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 convienence, via the internet at http://orca.bpn.gov. to register in ORCA you will need to have two items: an active CCR record and a Marketing Partner Identification Number (MPIN) indentified 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 from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help 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 atleast annually in order to maitain active status. THIS PROCUREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS. All questions must be submitted in writing to the attention of Mr. Mark R. Talarico either by email or facsimile.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/47a4ddbd147319bd8e46d6a329a4a37e)
 
Place of Performance
Address: US Post Office & Courthouse, 700 Grant Street, Pittsburgh, PA 15219, Pittsburgh, Pennsylvania, 15219, United States
Zip Code: 15219
 
Record
SN02415503-W 20110403/110401234850-47a4ddbd147319bd8e46d6a329a4a37e (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.