Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2016 FBO #5178
MODIFICATION

Z -- NCTC Operation & Maintenance Services

Notice Date
1/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND FA 5275 Leesburg Pike MS: BMO Falls Church VA 22041-3803
 
ZIP Code
22041-3803
 
Solicitation Number
F16PS00003
 
Point of Contact
Alicia N. Weber, Phone: (304) 876-7359
 
E-Mail Address
alicia_weber@fws.gov
(alicia_weber@fws.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This requirement is for operation and maintenance services at the National Conservation Training Center (NCTC). The NCTC is an active training facility for the U.S. Fish and Wildlife Service. The NCTC is located approximately four miles north of Shepherdstown, West Virginia. The site, comprised of approximately 533 acres, lies adjacent to the Potomac River. The facility includes 18 individual buildings comprised of approximately 431,000 square feet. Buildings include: four housing units; dining facility; gym and exercise facility; the Entry building containing a 250 seat auditorium, museum/archival offices, guest lobby, and offices; the West Pond Office building; the East and West Instructional buildings containing offices, classroom/seminar rooms, student breakout spaces, computer labs, and computer server/telephone switch rooms; the Laboratory building; a child care center; the Kreate building, containing print and audio/visual production facilities; the Central Plant mechanical building; the Support Services building containing office space, warehouse storage, garage, shop and parking facilities and recycling bins; the Guard House; the Water/Waste Water Treatment buildings; and an Emergency Power system, consisting of three 800 kW generators. PROJECT SCOPE: The services to be provided will include Facilities Management; Facility Operations, Maintenance, and Repair for all buildings and facilities; Motor pool Management Services; Materials Handling/Warehousing; Pest Control; and Janitorial Services for Support Services, Central Plant, & Water/Wastewater Treatment Buildings, as well as exterior of all buildings and the recycling program campus-wide. The performance period will be for a base of one year, and four subsequent one year options. The primary NAICS for this acquisition will be 561210, with a small business size standard of $38.5 million. Additional specifications will be provided in the statement of work, included with the solicitation. PROPOSAL PERIOD: The solicitation is scheduled to be released on or around 16 February 2016. The proposals will be due 30 days after the issuance of the solicitation. The anticipated award date is 15 June 2016. SITE VISIT: A site visit will be coordinated for offerors to assist in preparing an accurate and complete proposal. Details of the site visit will be provided in the solicitation. PROPOSAL PROCEDURES: The acquisition will be issued as a Total Small Business Set-Aside, Request for Proposal through FedBizOpps. Award shall be made to the responsible Offeror whose proposal is determined to be the most advantageous to the Government, with appropriate consideration given to the all evaluation factors. The Government will issue the solicitation via FedBizOpps. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. All responsible sources may submit a proposal that will be considered by this agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00003/listing.html)
 
Record
SN03999970-W 20160127/160125233956-d8bbe00459cc23798b09070faaaa615e (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.