Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
SOLICITATION NOTICE

Z -- Mechnical Maintenance Service - Package #1

Notice Date
4/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-15-R-0004
 
Point of Contact
Wanda Willis, Phone: 703-767-1191, Beverly J Williams, Phone: 703-767-1192
 
E-Mail Address
wanda.willis@dla.mil, Beverly.J.Williams@dla.mil
(wanda.willis@dla.mil, Beverly.J.Williams@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachement C19 Mechnanical Asset Attachement C3 Description facilities SF1449 Sample Task Order Continuation of SF1449 PWS The Defense Contracting Services Office has a requirement for Mechanical Maintenance Services. The government's objective is to acquire a single source full service Mechanical firm. The offeror must be capable of executing in house operation, service, maintenance, preventive maintenance, repair and of HVACR, plumbing and fire suppression and requirements such as the size and magnitude of the mechanical equipment in the HQC. Offeror must prove capable of in house resources for prompt, efficient service and install. The firm must prove to have in-house multi-discipline, multi-division, mechanical branches ready for execution (EX: Design Engineers, HVAC, Plumbing, Electrical, Controls, Etc.). The purpose of the requirement is to obtain operation, maintenance, service, repair, and minor construction/alteration services for buildings, structures and related systems and equipment at the Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2462, located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060 and the Child Development Center (CDC), Building 2468, located at 8715 Wills Road, Ft. Belvoir. The responsible contractor shall hold a current Facility Security Clearance and be capable of performing in accordance with standards outlined in the Performance Work Statement. Services include, but are not limited to, operation, maintenance, service, repair, and minor construction/alteration services for buildings, structures and related systems and equipment. The contractor shall furnish all labor, supervision, tools, materials, equipment, incidental engineering, transportation, and management necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications. The government intends to award TWO Contracts as the result of this solicitation to the same offeror. One for the preventative and scheduled maintenance as defined in the PWS and Bid Schedule....this will become a Firm Fixed Price (FFP) "C" Contract. The second contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) Type "D" Contract for the corrective maintenance, renovation, rehabilitation, and repairs of the covered facility that will be issued as individually priced Task Orders with separate statement of work that the contractor will develop and propose pricing for as requested by the government. The majority of the PWS addresses the FFP "C" contract efforts and describes the regular and reoccurring work required under the "C" contract. The base period will be (June 1, 2015 through May 31, 2016) with four (4) 12 month option periods. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items; The basis of award will be done under FAR 15. This acquisition will be 100% small business set-aside. The NAICS code is 561210 - Facilities Support Services and the size standard is $35.5 million in average annual gross receipts. The successful offeror will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for modifications. To be eligible for contract award offerors must hold a Facility Security Clearance. Contractors must be registered in System For Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. ALL QUESTIONS REGARDING THIS COMBINED SYNOPSIS/SOLICITATION SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Beverly.j.williams@dla.mil or wanda.willis@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-15-R-0004/listing.html)
 
Place of Performance
Address: Headquarters Complex (HQC), Building 2462, 8725 John J. Kingman Road, Fort Belvoir, VA 22060-6220, the Defense Threat Reduction Center (DTRC), Building 2462A, and the Child Development Center (CDC), Building 2468, 8715 Wills Road, Building 2468, Fort Belvoir, VA., Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03685414-W 20150403/150401234651-1a3033f0ffb1e2dbb6eaa528746ab6f9 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.