Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2016 FBO #5306
SOLICITATION NOTICE

S -- Mechanical Maintenance Services at the Burlington Federal Courthouse; the NOAA Trust Fund Building in Burlington, Vermont and the Winston Prouty Federal Building Essex Junction, Vermont.

Notice Date
6/1/2016
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Staff (1P1PQ), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-16-BW-D-7004
 
Archive Date
10/31/2016
 
Point of Contact
Robert Budlong, Phone: 6175656686, Donna Maffeo, Phone: (617) 565-6012
 
E-Mail Address
robert.budlong@gsa.gov, donna.maffeo@gsa.gov
(robert.budlong@gsa.gov, donna.maffeo@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Proposal (RFP) for Performance Based - Commercial Items Procurement for Mechanical Maintenance Services at the Burlington Federal Building, the National Oceanic and Atmospheric Administration Building (NOAA) Building in Burlington, VT; and the Winston Prouty Federal Building in Essex Junction, VT. This procurement is a 100% Small Business Set-aside. The NAICS code for this project is 238220, "Plumbing, Heating, and Air-Conditioning Contractors", and the size standard is $15 million. Qualified firms must be able to perform mechanical maintenance over a sustained period of 5 years or more. This is a follow-on requirement for the subject buildings. The requirement is to provide building operations and maintenance services will be performed at the United States Federal Building in Burlington, Vermont. This will be a performance based service contract utilizing commercial item procedures for heating, ventilation, and air conditioning maintenance service and repairs. The facilities information is as follows: The Rentable Square Feet for the Federal Courthouse is 146,663 SF. The Rentable Square Feet for the Winston Prouty Federal Building is 11,263 SF. The Rentable Square Feet for the NOAA Building is 7,555 SF. The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems as follows: 1. Air-conditioning equipment and systems. 2. Air-handling/distribution equipment and systems 3. Electrical systems and equipment, lighting and switchgear systems 4. Heating, ventilation, and air conditioning (HVAC) systems and equipment. 5. 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. 6. Sanitary sewage equipment and systems 7. Storm drainage equipment and systems. 8. Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventers, water storage tanks, fire extinguishers, etc. 9. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) 10. Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) 11. Fire doors and windows (including hinges, closers and latching hardware) 12. Non agency security system (locks, gates/arms, hydraulic bollards, keypads, card readers, cameras, magnetic locks, etc...) and its components 13. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Additional services may be ordered at the discretion of the Government 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, as described in this document. The period of performance is a base period of one year with four option periods of one year each. A pre-proposal conference and site visit is scheduled on or about 6/22/2016. Award is anticipated to be on or about 9/15/2016 with services starting on or about 10/1/2016. The solicitation will be available to download via this website only (www.fbo.gov). The offeror is responsible for downloading their own copy of the RFP and associated documents. It is the responsibility of each potential offeror to monitor this website for any amendments or other information related to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK/GS-01P-16-BW-D-7004/listing.html)
 
Place of Performance
Address: Various, Vermont, United States
 
Record
SN04135476-W 20160603/160601235454-437f28c0a09ec4697bcb0316278ce879 (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.