Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

Z -- Western PA Facilities Management Services for Multiple Locations

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Dow Building, 100 S Independence Mall West, 2nd Fl, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
GS-03P-16-CD-D-7008
 
Archive Date
8/31/2016
 
Point of Contact
Samantha Helene Bohne, Phone: 2154462863, Maria L. Ali, Phone: (215) 446-4555
 
E-Mail Address
samantha.bohne@gsa.gov, maria.ali@gsa.gov
(samantha.bohne@gsa.gov, maria.ali@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
GSA Region 3 has a need for facilities management services at multiple buildings at five locations in the Western Pennsylvania area. This requirement will entail the strategic management of four (4) different locations throughout Western Pennsylvania including Pittsburgh, Erie and Greensburg. Each building has diverse conditions that will affect how services are performed, such as geographic location, size, building structure, and tenant population. The NAICS code for this procurement is 561210, Facilities Support Services. This will be a firm-fixed price contract and the contract will be utilized by the Pittsburgh Field Office. This contract will be solicited as a one (1) year contract with nine (9), one (year option periods for a total contract period of ten (10) years. This project was labeled as “Facilities Management” in order to include the many duties associated with Operations & Maintenance as well as Elevator Maintenance. This procurement involves a number of activities including, but not limited to, the operation, maintenance and repair of HVAC, electrical, mechanical, plumbing, fire protection and life safety, vertical transportation, engineering, repairs and alterations projects, project review, management support, administrative services, decommissioning, architectural and structural system and controls as located within these such as. The contract will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm-fixed price award to the offerors who provide the best value to the government. This procurement is set aside for competition among small businesses. Small businesses and all categories of small businesses (women-owned, service-disabled veteran-owned, ect.) are encouraged to participate. The small business size standard for NAICS 561210 is $38.5 million Offerors will be evaluated based on technical merit and price proposals. For this procurement, the combined technical evaluation factors are approximately equal to price. The trade-off process under the best value approach will be used. The technical evaluation factors in no particular order of importance are: 1. Prior Experience, 2. Past Performance, and 3. Management Plan. The Government intends to award the contract approximately in March 2017. The Government plans to make the award without discussion. Therefore, offerors are requested to submit their initial proposals to the Government on the most favorable terms based on technical and price factors. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The solicitation package (including specifications, offer forms, clauses and provisions) will only be available electronically on FedBizOpps. It will be available on or after July 14, 2016. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The pre-proposal conference will be held on July 19, 2016, at the William S. Moorhead Federal Building at 1000 Liberty Avenue, Pittsburgh PA. Offerors should meet in the lobby at 8:30 a.m. Site visits will begin after the pre-preproposal conference and will continue on July 20 at 9 a.m. at the Erie Complex at 617 State Street in Erie, PA. Please check the solicitation for formal pre-proposal meeting dates and site visits. Please register for the pre-proposal meeting and walkthroughs with Samantha Bohne via email. Offerors must be registered in the System for Award Management (SAM) database in order to participate in this procurement. The website for SAM is http://www.sam.gov. Any information taken from other publications is used at the sole risk of the offeror. The procuring office cannot guarantee the accuracy of information contained in other publications. All questions must be submitted in writing by e-mail to the attention of Samantha Bohne ( samantha.bohne@gsa.gov ) or Maria Ali ( maria.ali@gsa.gov ). Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-06-30 16:00:58">Jun 30, 2016 4:00 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-07-01 12:09:07">Jul 01, 2016 12:09 pm Track Changes ***Please note that this is a new requirement**** Buildings included in this procurement include the following: Joseph F. Weis Jr., U.S. Courthouse 700 Grant Street Pittsburgh, PA 15219 Morehead Federal Building 1000 Liberty Avenue Pittsburgh, PA 15222 Social Security Administration -East Liberty 6117 Penn Cir N Pittsburgh, PA 15202 Social Security Administration Greensburg 122 W. 3rd Street Greensburg, PA 15601-2906 Erie Complex – Erie Federal Courthouse 617 State Street Erie, PA 16501 Erie Complex – Annex Building (and connector) 17 S. Park Row Erie, PA 16501 Erie Complex – Erie Library 27 S. Park Row Erie, PA 16501 Erie Complex – Baker Building 18 E. 7th Street Erie, PA 16501
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-16-CD-D-7008/listing.html)
 
Place of Performance
Address: Pittsburgh, Pennsylvania, United States
 
Record
SN04169998-W 20160703/160701234314-9aa0ae093f909b9678a74d06e2ed8668 (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.