Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
MODIFICATION

M -- O&M Services for Seattle, Nakamura, Tacoma Union Station U.S. Courthouse Buildings - Amendment 1

Notice Date
3/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Design & Construction Contracting (47PL01), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
47PL0218R0004
 
Point of Contact
Min C. Kim, Phone: 2539317081, Mr. Michael Metje, Phone: 2539317456
 
E-Mail Address
min.kim@gsa.gov, michael.metje@gsa.gov
(min.kim@gsa.gov, michael.metje@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment_0001_Attachments RFP_47PL0218R0004-Amendment_0001 PLEASE REFERENCE THE DOCUMENT TITLED "RFP_47PL0218R0004-Amendment_0001" AND " Amendment_0001_Attachments " FOR VERY IMPORTANT INFORMATION AND CORRECTIONS TO THE RFP. PLEASE USE THE SOLICITATION PACKAGE TITLED " Updated 02.28.2018 RFP_47PL0218R0004_U.S.COURTS_O&M_Svc " General Services Administration, Region 10 is issuing a Request for Proposal (RFP) for Operations and Maintenance (O&M) services at Seattle U.S. Courthouse, Nakamura U.S. Courthouse, and Tacoma Union Station U.S. Courthouse. The O&M services include, but are not limited to: Locksmith services; Plumbing operations & maintenance; Electrical services to include: High/low voltage systems and maintenance and repair of exterior electrical distribution system; Maintenance of energy management control systems (EMCS); Refrigeration maintenance; Maintenance of renewable energy systems; Repair of water tanks; Fire alarm system preventive maintenance and repair service; Maintenance support training and consulting services; Fire suppression system preventive maintenance and repair services; Mechanical and operations maintenance & repair of building systems to include: HVAC, boilers, chillers, etc.; Operation and Maintenance of water distribution systems and septic systems. The Government intends to award one Indefinite Delivery/Indefinite Quantity contract for a base period of seven (7) months, and three (3) one year option periods for a total potential performance period of three (3) years and seven (7) months to the responsible offeror whose proposal constitutes the most advantageous approach to meeting the Operation and Maintenance (O&M) Services outlined in the PWS. Award will be made utilizing a best value trade off source selection method in accordance with FAR 15.101-1 and will consider responses to technical evaluation questions, responses to service delivery questions, responses to switchgear subcontractor selection information, past performance information and price as described in the RFP. This may result in an award being made to other than the lowest priced Offeror or other than the highest technically rated offeror consistent with the evaluation factors. Questions that are relevant to proposal preparation should be submitted no later than March 14, 2018, 10:00 AM PST in writing to the points of contacts (POCs) listed in the Request for Proposal (RFP). Questions submitted to the wrong POCs, who are not listed in the RFP, will not be responded. The Government will make every effort to respond to questions that are relevant to proposal preparation by issuing the amendment(s) to the RFP, which will be posted via the FedBizOpps system no later than March 16, 2018, 3:00 PM PST. It is the responsibility of each Offeror to review the FedBizOpps system for notice of amendments, updates or changes to the current information. The Government reserves the right to extend the RFP prior to the posted closing date for any reason. In the event that the Government gets inundated with questions from Offerors, the Government reserves the right to respond only to the questions that are relevant to proposal preparation. All Offeror are encouraged to carefully review the RFP and attend the scheduled Site Walk Through to gather necessary information. Offerors shall submit their proposal with numbered pages and referenced by section in a table of contents. Offerors shall submit two (2) Volume IIIs - see instructions below. Do not include any pricing information in the technical proposal (VOLUME III). The table of contents shall include the Checklist of Items to Submit and proposal documents in the following volumes: Volume I Contract Documents •SF 1449 Solicitation/Contract/Order for Commercial Items copy. Offeror shall com-plete and sign the SF 1449, Blocks 12, 17, 23, 24 & 30 •Checklist of Items to Submit (Attachment 10) •Signed all issued SF 30 Amendment of Solicitation/Modification of Contract •Vendor Validation Information Sheet Volume II Supplies/Services and Prices •Schedule of Pricing: O&M Services (Attachment 5) •Schedule of Pricing: G&A and Profit (Attachment 6) •Schedule of Pricing: Switchgear Services (Attachment 7) •Schedule of Pricing: Additional Service (Attachment 8) •Schedule of Pricing: Subcontracted Services (Attachment 9) Volume IIITechnical Evaluation Factors - FIRST SET (OFFERORS SHALL REMOVE ANY AND ALL IDENTIFYING INFORMATION OF THE OFFEROR AND SHALL BE SUBMITTED ON LETTER SIZED PAPER WITH 1" x 1" MARGIN ON TOP, BOTTON, LEFT AND RIGHT OF EACH PAGE OF THE DOCUMENT USING "TIMES NEW ROMAN FONT" SIZE 12 ONLY) •Evaluation Factor 1, Technical Evaluation Questions: This volume should have your responses to the technical knowledge questions in Attachment 11. •Evaluation Factor 2, Service Delivery Questions: This volume should have your re-sponses to questions provided in Attachment 12. •Evaluation Factor 3, Switchgear Subcontractor Selection: This volume should have the selection for Switchgear subcontractor in Attachment 13. Failure to "remove" any identifying information of the Offeror on the "First Set of Volume III" will be construed as the Offeror's "inability" to follow simple instruction, which will render the proposal non-responsive. Volume IIITechnical Evaluation Factors - SECOND SET (SHALL INCLUDE IDENTIFYING INFORMATION OF THE OFFEROR) •Evaluation Factor 1, Technical Evaluation Questions: This volume should have your responses to the technical knowledge questions in Attachment 11. •Evaluation Factor 2, Service Delivery Questions: This volume should have your re-sponses to questions provided in Attachment 12. •Evaluation Factor 3, Switchgear Subcontractor Selection: This volume should have the selection for Switchgear subcontractor in Attachment 13. Volume IV Past Performance •Past Performance Questionnaire (PPQ) - Offerors are encouraged to reach out to their current and past customer(s) and arrange to submit PPQ directly to the Government using Attachment 14. Recent is defined as within the last three (3) years, and relevant is defined as similar in scope, complexity and building type. •Contractor-Supplied experience - Offerors shall provide up to three (3) of their best experiences that are recent and relevant on Attachment 15. Recent is defined as within the last three (3) years, and relevant is similar in scope, complexity and building type. •Past Termination explanations - if needed •The Government will retrieve recent and relevant CPARS and PPIRS records for all Offerors. Please do not submit CPARS and PPIRS records. Offeror is to furnish proposal electronically to min.kim@gsa.gov and michael.metje@gsa.gov no later than March 23, 2018, 4:00 PM PST. All offers received after the due date and time will be considered late and will not be evaluated for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/47PL0218R0004/listing.html)
 
Place of Performance
Address: Seattle U.S. Courthouse, 700 Stewart Street, Seattle, Washington 98101, William Kenzo Nakamura U.S. Courthouse, 1010 5th Ave, Seattle, Washington 98104, Tacoma Union Station U.S. Courthouse, 1717 Pacific Ave, Tacoma, Washington, 98402, United States
Zip Code: 98402
 
Record
SN04850500-W 20180314/180312230828-0f724573d9e39e764c9a30448ec39637 (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.