Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
MODIFICATION

J -- O&M Services Two Federal Buildings Providence RI

Notice Date
1/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Real Estate Aquisition Division (1PR), 10 Causeway St., Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
OMSvcProvidenceGSA
 
Archive Date
2/28/2012
 
Point of Contact
Frank Pfeiffer, Phone: (401) 528-5130, Frank Pfeiffer, Phone: 401-528-5130
 
E-Mail Address
frank.pfeiffer@gsa.gov, frank.pfeiffer@gsa.gov
(frank.pfeiffer@gsa.gov, frank.pfeiffer@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
PRESOLICITATION NOTICE GSA PBS Operation and Maintenance Services at the U.S. Courthouse and Pastore Federal Building in Providence, RI THIS SOLICIITATION IS 100% SET-ASIDE FOR SMALL BUSINESSES. This is a pre-solicitation notice for operation and maintenance services at two federal properties; the U.S. Courthouse, One Exchange Terrace, Providence, RI, and the John O. Pastore Federal Building and U.S. Post Office, 2 Exchange Terrace, Providence, RI. NAICS code is 561210 Facilities Support Services with a size standard of $35.5 million dollars. This performance based service contract will utilize commercial item procedures. The contractor shall be responsible for management, custodial and related services, supervision, labor, materials, equipment, supplies, and shall be responsible for the efficient, effective, economical, operations, maintenance, and repair of equipment systems located within the property lines of the buildings. The anticipated award will be a three-year base with six one-year options. Building Statistics: U. S. Courthouse, 5 stories in height, 142,899 GSF John O. Pastore FB, 3 stories in height, 117,085 GSF. All personnel engaged in the work to be accomplished under this contract must possess at least 5 years of recent (within the past 7 years) experience in the operation and maintenance of equipment and systems. Personnel must be properly licensed and certified to work on building systems or equipment for which licensed and or certified personnel are required by Federal, state, and local law, codes, or ordinances. In accordance with FAR 52.204-9 Personal Identity Verification of Contractor Personnel, the Contractor shall comply with Homeland Security Presidential Directive (HSPD)-12. FAR clause 52.219-14 Limitations on Subcontracting will apply to this contract and will be strictly enforced. Services will include but are not limited to the following: •1. Custodial services (Interior/Exterior) •2. Snow Removal •3. Grounds Maintenance •4. Solid waste removal •5. Recycling •6. Integrated Pest Management Services •7. Air-conditioning equipment and systems. •8. Air-handling/distribution equipment and systems •9. Electrical systems and equipment, lighting and switchgear systems •10. Energy management control systems (EMCS) where applicable •11. Heating, ventilation, and air conditioning (HVAC) systems and equipment. •12. Plumbing and domestic water equipment and systems to include domestic water fountains and coolers, decorative ponds, and small circulating water pumps less than one (1) horsepower. •13. Sanitary sewage equipment and systems •14. Storm drainage equipment and systems. •15. Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventors, water storage tanks, fire extinguishers, etc. •16. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) •17. All control systems that are within the scope of this contract including the Building Automation System (BAS). •18. Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) •19. Fire doors and windows (including hinges, closers and latching hardware) •20. Non agency security system (locks, gates/arms, hydraulic bollards, keypads, card readers, cameras, magnetic locks, etc...) and its components •21. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Successful offeror must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov, per FAR 52.204-7. The Government will select the offer that represents the best value to the Government for contract award. This process permits trade-offs between price and technical factors and allows the Government to accept other than the lowest price offer. Proposal Due date is OOA January 3, 2011. Offerors will be evaluated based on technical merit and price proposals. The Government reserves the right to make an award without discussions. The technical evaluation factors will consist of: 1. Prior experience and past performance 2. Management Plan a. Organizational Structure and Staffing Plan b. Performance Plan 3. Quality Control Plan The technical evaluation factors, when combined, are considered approximately equal in importance to price. Potential offerors are responsible for monitoring Fed Biz Ops (www.fbo.gov) to determine exact dates to respond to any amendments to the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PLRI/OMSvcProvidenceGSA/listing.html)
 
Place of Performance
Address: Providence, Rhode Island, 02903, United States
Zip Code: 02903
 
Record
SN02654559-W 20120115/120113234423-d908242b111bf47a9d54b59d69cd3cbc (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.