Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
SOURCES SOUGHT

Z -- Facilities Operations & Maintenance Services - Package #1

Notice Date
11/26/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
D-6-D9-23-DE-L01
 
Archive Date
12/27/2014
 
Point of Contact
Camille D Pettway, Phone: 404-338-9212
 
E-Mail Address
camille.pettway@irs.gov
(camille.pettway@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
See the attached draft Performance Work Statement (PWS) for informational purposes only. (Excluding exhibits and attachments) REQUEST FOR INFORMATION (RFI) - SOURCES SOUGHT NOTICE Facilities Operations & Maintenance Services The Department of the Treasury, Internal Revenue Service (IRS) issues this Sources Sought Notice to determine the availability and technical capability of small businesses concerns including Small Disadvantaged, 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), and Historically Underutilized Business Zone (HUB Zone) businesses that can provide Facility Operation and Maintenance Service (O&M) for the IRS Cincinnati Service Center (KYSC) located at 201 West Fourth Street, Covington, KY 41011. Interested small business firms with qualifying experience and capability are requested to submit a capability statement to assist the Government to determine, in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b), whether this procurement will be set-aside. The Government reserves the right to consider a Small Disadvantaged, 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), or Historically Underutilized Business Zone (HUBZone) business set-aside based on responses received from this RFI. Facility O&M basic services include management, operation, maintenance, repair, and miscellaneous services for buildings, structures, roads and parking lots, electric, gas, & water utilities and related support systems and equipment. The contractor shall furnish all management, supervision, labor, subcontracts, supplies, repair parts, tools, and equipment to perform contract services. Operation, maintenance & repair of a broad range of facility equipment and systems, include, but are not limited to: • HVAC equipment (dual central cooling plants, central heating plant with building wide zoned hot water re-heat coils, multiple computer room HVAC systems, special purpose HVAC systems, large package HVAC systems, small split HVAC) • Appliance and cafeteria equipment (multiple walk-in coolers/freezer, and a full spectrum of cafeteria equipment) • Multiple central and stand-alone air compressor systems • Multiple central plumbing systems • Multiple fire sprinkler systems building wide • Central system fire alarm system and numerous stand-alone but integrated subsystems; • Central public address system • 1970's era central clock system • A (multi-building) 13470 volt double ended electrical substation including 8 each 13470/480 volt transformers • 480 volt electrical distribution systems • 120/208 volt electrical distribution systems • 1 building wide 480 volt UPS electrical distribution system • 230 KW emergency electrical generation plant, and above ground fuel oil storage tanks and fuel distribution system • A combination of stand-alone 1960's era pneumatic control systems, and JCI METASYS BAS • A 3 stage laboratory style HEPA filtration negative air pressure containment system serving the separate 25,000 square foot mail handling area • Extensively modified 1960's era sanitary sewer system • 1960's era underground storm drainage systems • 1000+ space parking lot • Perimeter fencing and access pedestrian gates, turnstiles, barrier arm and gate operators; • Asbestos Management Program • Environmental Management Program (with limited recycling services) • Government supplied web-based Computerized Maintenance Management System to order and track all Contractor actions Contract Services also include: universal and hazardous waste handling, warehousing, and disposal, building inspection services, utility meter monitoring, water treatment services, routine, urgent and emergency service call management, construction and renovation services, and additional miscellaneous services (must demonstrate ability and experience subcontracting and managing multiple orders and orders up to $500,000 per order). The KYSC facility is composed of two (2) buildings totaling approximately 376,500 square feet and houses approximately 1,832 employees, including a Child Care Center with approximately 125 children and employees. Mission at KYSC is a 24/7 operation 365 days per year. The intended procurement will be classified under North American Industrial Classification (NAICS) code 561210 with a small business size standard of $38.5M annual revenue. The period of performance will consist of a Base Period plus four (4) Option Periods totaling 60 consecutive months. RESPONSE REQUIREMENTS: Interested parties responding to this Sources Sought Notice are to identify their firms' size (based on the U.S. Small Business Administration Table of Size Standard matched to the NAICS code), and type of business (i.e. 8(a), HUBZone, Small Disadvantaged, Veteran Owned, Service-Disabled Veteran-Owned, or Woman-Owned Small Business). Firms must provide their capability statements in sufficient detail that the Government can determine their experience, skills and capability to fulfill the Government's requirements. Statements MUST identify: (1) relevant contracts (preferably two or more) in which the interested party served as the PRIME contractor providing 24/7 facility operation and maintenance services in a facility of similar size and complexity; (2) years of company experience maintaining similar types of facilities (minimum six years' experience is preferred); (3) years of company experience performing commercial or institutional building construction projects (up to $500,000); and (4) capability to maintain the following classes of equipment: • Central chiller plants - low and high pressure centrifugal chillers • 2 million BTU boilers • Computer room HVAC systems • 12 kV electrical sub-stations • 230 KW diesel electrical generation plant including fuel storage & distribution systems • Both 1960's era pneumatic control systems and modern digital control systems • Full range of commercial kitchen equipment. • Large multi-zone fire sprinkler systems • Central fire alarm systems Also discuss: • Experience and training handling asbestos containing materials; and • Environmental management program experience Capability statements are not to exceed 15 pages, using no smaller than 11 point font. All capability statements shall include a cover letter that includes the Company's name, address, telephone number, facsimile number, email address, DUNS number, CAGE code and business size classification [Small, Small Disadvantaged, 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SDVOSB), and Historically Underutilized Business Zone (HUBZone)]. Capability statements must be received by the IRS Contracting Officer, Camille Pettway, by the closing date of this notice (December 12, 2014, @12:00PM (EST) unless otherwise amended). Submission via email as follows: camille.pettway@irs.gov Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties are responsible for routinely checking this website for any amendments to this notice. This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government, and/or the Government will not pay for information solicited and submittals will not be returned to the sender. See the attached drafted Performance Work Statement (PWS) for informational purposes only. (Excluding exhibits and attachments) THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS NOTICE. LARGE BUSINESSES NEED NOT RESPOND.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/D-6-D9-23-DE-L01/listing.html)
 
Place of Performance
Address: 201 West Rivercenter Blvd, Covinginton, Kentucky, 41011, United States
Zip Code: 41011
 
Record
SN03583188-W 20141128/141126234533-db5abe04adb9bfbf67eb1058ecd6bb02 (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.