Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
AWARD

M -- NEPA Facilities Engineering & Operations and Maintenance Services

Notice Date
12/29/2016
 
Notice Type
Award Notice
 
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-7001
 
Archive Date
1/12/2017
 
Point of Contact
Michelle L. Bohm, Phone: 215-446-4705, Lloyd J. Jenkins,
 
E-Mail Address
Michelle.Bohm@gsa.gov, lloyd.jenkins@gsa.gov
(Michelle.Bohm@gsa.gov, lloyd.jenkins@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
GS-03P-17-CD-D-0003
 
Award Date
12/28/2016
 
Awardee
Northern Management Services, Inc.
 
Award Amount
16,644,336
 
Description
The General Services Administration (GSA) Mid-Atlantic Region intends to solicit proposals for facilities engineering, operations and maintenance services at seven building locations in northeastern and central PA. These facilities include Federal Courthouses and Federal office spaces at individual locations in Harrisburg, PA, Chambersburg, PA, Allentown, PA, Hazelton, PA, Williamsport, PA, Wilkes-Barre, PA and Scranton, PA. 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's Scranton Group. This contract will be solicited as a one (1) year contract with nine (9) one (1) year option periods for a total potential contract period of ten (10) years. Full maintenance services will include, but are not limited to: the operation, maintenance and repair of HVAC and associated controls, electrical, mechanical, plumbing, fire protection and life safety, vertical transportation, administrative services, architectural and structural systems, and engineering services including repair and alterations projects, project review, management support, and recommissioning. 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, etc.) are encouraged to participate. The small business size standard for this contract is NAICS Code $38,500,000.00. 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 in approximately November 2016. The Government intends to make 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 February 9, 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 and site visits for all buildings are tentatively scheduled for the week of February 22, 2016. Please check the solicitation for formal pre-proposal meeting dates and site visits. 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 Ms. Michelle Bohm, michelle.bohm@gsa.gov and Mr. Lloyd Jenkins, lloyd.jenkins@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/Awards/GS-03P-17-CD-D-0003.html)
 
Record
SN04360556-W 20161231/161229233849-b00067b8e33dd044e994e1383c42c778 (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.