Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

Z -- Facilities Engineering and Operations & Maintenance Services at Various Locations under the Richmond, VA Field Office - Package #1

Notice Date
4/24/2012
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (3PQC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191, United States
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-12-CD-D-0027
 
Archive Date
5/24/2012
 
Point of Contact
Raymond J. Porter, Phone: 2154464664, Daniel Correnti, Phone: 2154464992
 
E-Mail Address
raymondj.porter@gsa.gov, dan.correnti@gsa.gov
(raymondj.porter@gsa.gov, dan.correnti@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
USMS Background Check Form Facilities Engineering and Operations & Maintenance Services at Various Locations under the Richmond, VA Field Office The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is soliciting proposals for a new facilities engineering, buildings operations, and maintenance services contract, for the Various Locations under the Richmond, VA Field Office. Bonding shall not be required. The solicitation will include a Performance Work Statement (PWS) for Facilities Engineering and Operations & Maintenance Services integrating a Systems Thinking approach for Various Buildings under the jurisdiction of the Richmond, VA Field Office. The facilities covered under the scope of the solicitation total approximately 1,572,312 rentable square feet, including federal office space and courthouse space. 1 Maude R. Toulson Federal Building 2 United States Post Office & Courthouse 129 E. Main Street 700 Main Street Salisbury, MD 21801-4920 Danville, VA 24541-1830 3 Owen B. Pickett U.S. Customhouse 4 Walter E. Hoffman U.S. Courthouse 101 East Main Street 600 Granby Street Norfolk, VA 23510-1605 Norfolk, VA 23510-1915 5 Lewis F. Powell Jr. U.S. Courthouse 6 Lewis F. Powell Jr. U.S. Courthouse Annex 1000 East Main Street 1100 East Main Street Richmond, VA 23219-3518 Richmond, VA 23219-3538 7 Portsmouth Federal Building 8 Richmond Federal Office Building 431 Crawford 400 North Eighth Street Portsmouth, VA 23704-3818 Richmond, VA 23219-4817 9 Spottswood W. Robinson III and Robert R. Merhige, Jr. U.S. Courthouse 10 Harrisonburg Federal Courthouse 116 North Main Street 701 East Broad Street Harrisonburg, VA 22801-3819 Richmond, VA 23219-1833 11 Lynchburg Federal Courthouse 12 Norfolk Federal Office Building 1101 Court Street 200 Granby Street Lynchburg, VA 24504-4503 Norfolk, VA 23510-1811 This contract is being solicited as a two (2) year contract, with one (1) two-year option and two (2) additional option periods of three (3) years each, for a total potential contract period of ten (10) years. The buildings have diverse conditions that will affect how services are performed, such as geographic location, size, building structure, and 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 Contractor will act as partner to the General Services Administration (GSA) 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 in all facilities covered under the scope of this contract, including elevator maintenance. The Contractor will be required to employ an active, effective Quality Control Program to ensure 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 in this PWS include: Electrical systems and equipment. Mechanical, plumbing, energy management control systems (EMCS) where applicable, and heating, ventilation, and air conditioning (HVAC) systems and equipment. Fire protection and life safety systems and equipment. All controls and controls systems as pertain to systems within the scope of this contract. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Service request desk operations, to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions. Access and perimeter control systems, except those systems (or portions thereof) as identified as owned by the USMS. Dock levelers, garage doors, rolling doors, and guard booths. Installation only (not procurement) of all restroom dispensers (toilet paper, hand towel etc.). All partition hardware and batteries necessary for dispensers are included in the scope of this PWS. Vertical transportation equipment and systems. Landscaping/grounds maintenance services, including exterior Integrated Pest Management, at all locations except the Lynchburg Federal Courthouse. Static and dynamic bollard systems, including motorized barriers and gates, except as located at the Lewis Powell Courthouse and Lewis F Powell Jr. US Courthouse Annex. Cafeteria and kitchen area equipment, specifically limited to permanently installed HVACs and plumbing equipment. Appliances, general cafeteria equipment, fire suppression and alarm equipment are specifically omitted, accept as include interface with general building 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. The contract will be procured using Source Selection procedures as identified in FAR 15.3. It will be an indefinite delivery/indefinite quantity contract with economic price adjustment. THIS PROCUREMENT SHALL BE SET-ASIDE FOR SMALL BUSINESS FIRMS. The NAICS code is 561210 and the small business size standard is $35.5 million in annual revenues. Offerors will be evaluated based on technical merit and price proposals. The Government reserves the right to conduct discussions prior to award. 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 May 9 2012 with an anticipated closing date approximately 30 days thereafter. A pre-proposal conference will be held for offerors on Tuesday, May 22, 2012, at the Richmond Federal Office Building. Additional information regarding the pre-proposal conference and associated facility tours is included at the end of this notice. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Offerors MUST is 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 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 at least annually in order to maintain active status. THIS PROCUREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS. All questions must be submitted in writing to the attention of Mr. Raymond J Porter either by email or facsimile. Contracting Office Address: THE STRAWBRIDGE BUILDING 20 NORTH 8TH STREET Philadelphia,, Pennsylvania 19107-3191 United States Primary Point of Contact: Raymond J Porter Raymondj.porter@gsa.gov 2154464664 Fax: 215-829-2893 Secondary Point of Contact: Daniel Correnti Phone: dan.correnti@gsa.gov Phone: 2154464992 Fax: 2158738510 Pre-Proposal Conference and Tour Schedule Prospective contractors will be given the opportunity to make an on-site in-depth review of the facilities, equipment, job requirements, etc. Prospective contractors are strongly encouraged to attend. The prospective contractors, and Government representatives, together will make a complete and systematic examination of the facilities and equipment covered by this solicitation. Prospective contractors will only be given the opportunity to examine the facilities on these dates and at these times. Tours will begin promptly at the times indicated and no consideration will be given to those who are late or cannot attend. Escorts will not be provided to accompany any tardy visitors. Please be advised that all visitors will be required to undergo a physical security check, including magnetometers. It is suggested that all visitors plan accordingly and allow extra time to successfully clear security. Contractors may be required to provide further documentation in accordance with GSA security policy. The Pre-Bid Conference will be held at the Richmond Federal Office Building, 400 North Eighth Street, Richmond, VA 23219, on Tuesday May 22nd at 10:00 a.m. Prospective contractors should congregate in the lobby and will be escorted to the meeting room. The meeting will begin promptly at 10:00 am and is expected to continue for approximately two (2) hours. Following the conference, approximately a one (1) hour break for lunch will be provided. Following the lunch break, a tour of the Richmond Federal Office Building will be provided. We anticipate the tour to last no longer than three (3) hours. It is highly recommended that prospective bidders attend the pre-proposal conference and associated tour. The dates of tours and access to other building covered under the scope of this contract are as follows: Wednesday May 23, 2012 Merhige, U.S. Courthouse 701 East Broad Street Richmond, VA 9:00 a.m.-12:00 Powell Courthouse & Annex 1000 East Main Street Richmond, VA 1:00 p.m. - 4:00 Thursday May 24, 2012 Norfolk Federal Office Building 200 Granby Street Norfolk, VA 9:00 a.m.- 12:00 Hoffman U.S. Courthouse 600 Granby Street Norfolk, VA 1:00 p.m. - 4:00 Friday May 25, 2012 Pickett U.S. Customhouse 101 East Main Street Norfolk, VA 9:00 a.m.- 10:30 Portsmouth Federal Building 431 Crawford Portsmouth, VA 12:30 p.m.- 3:30 Tuesday May 29, 2012 Toulson Federal Building 129 E. Main Street Salisbury, MD 9:00 a.m.-11:00 Wednesday May 30, 2012 Lynchburg Courthouse 1101 Court Street Lynchburg, VA 1:30 p.m. - 3:00 United States Post Office & Courthouse 700 Main Street Danville, VA 9:00 a.m.-11:00 Thursday May 31, 2012 Harrisonburg Courthouse 116 North Main Street Harrisonburg, VA 9:00 a.m.-12:00 Please be advised that all prospective contractors are requested to provide a completed attached Shared 7 prior to the pre proposal conference scheduled for 22 May 2012 providing advanced notice of all attendees. Please send the completed form to the attention of: Raymond J Porter GSA - PBS 9 th Floor 20 N 8 th Street Phila, Pa 19107
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03P-12-CD-D-0027 /listing.html)
 
Place of Performance
Address: Please see various locations., United States
 
Record
SN02730142-W 20120426/120424235908-8de09376926c4e01dcfa3889beed8e9d (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.