Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2004 FBO #0986
SOLICITATION NOTICE

Z -- Facility Management, Operation & Maintenance Services in Support of Architect of the Capital (AOC) Library of Congress (LOC) National Audio Visual Conservation Center (NAVCC), Culpepper, Virginia

Notice Date
8/6/2004
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-04-R-0071
 
Response Due
10/5/2004
 
Archive Date
12/4/2004
 
Point of Contact
Theresa Quick, (410)962-2708
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore
(theresa.s.quick@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This proposed procurement is Unrestricted, NAICS 561210 with a size standard of $30,000,000.00. All responsible sources may submit a proposal, which will be considered. The project will be advertised as a Request for Proposal (RFP) for Government-O wned Facilities Management Services in support of the Architect of the Capital (AOC) Library of Congress (LOC) National Audio Visual Conservation Center (NAVCC) mission located in Culpepper, VA. This Government facility is used to preserve, store, and pub licly display the LOC??????s collection of motion picture, audio visual and recorded sound material. Work consists of providing all services, materials, supplies, supervision, labor, and equipment to provide facilities management, operations and maintenan ce of the facility systems and equipment including preventive and predictive maintenance and repairs for heating, ventilation, and air conditioning (HVAC) systems, electrical systems, emergency generators, instrumentation and controls, building automation system, elevators, fire safety systems, plumbing, well water supply system, architectural/structural systems, site paving and improvements, landscaping and grounds maintenance, snow removal, and design-build additions/alterations projects. Due to the sens itive nature of the environmental control requirements of the NAVCC, preventive and predictive maintenance procedures must focus on reducing facility services and equipment down time to the absolute minimum. This RFP includes the use of option items. Opt ional Items which may be exercised in the future include: custodial services and window washing, waste management and recycling, pest control, space planning, special events coordination and setup, day labor, compact shelf maintenance, interior plants, caf eteria operations, counter top equipment and vending, furniture and box moves, specialized tenant equipment operations, maintenance, and interior signs. The NAVCC complex consists of nearly 400,000 square feet of building space on a 45-acre site. The mai n components include a: (1) three story 178,000 SF Conservation Building; (2) three story 138,000 SF Collections Storage Building; (3) 40,000 SF Cellulose Nitrate Film Storage Building; (4) 32,000 SF Central Plant; (5) 3,300 SF Fuel Storage Building; (6) 2 ,400 General Storage Building; (7) 1,900 SF Emergency Generator Building; and (8) a Small Waterworks System with a 350,000 gallon storage tank. The contractor??????s responsibilities will include managing, operating, and maintaining the NAVCC building in a manner consistent with all applicable industry and manufacturer??????s standards and practices for Building Operations and Management Association (BOMA), Class A buildings with high quality standard finishes, state of the art systems, and of national pro minence. This request for proposal requires separate technical and cost proposals to be evaluated based on Best Value for award of the project. Proposals will be evaluated based on the following evaluation criteria: (1) Technical Approach; (2) Corporatio n Experience; (3) Organization and Key Personnel (4) Safety and (5) Past Performance. The intent of the Government is to award a firm fixed price contract consisting of a twelve-month base period and four (4) twelve-month optional periods resulting from t he solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Large Business Firms are required to submit a subcontracting plan with their proposals. The Small Business subcontracti ng goal for this procurement is 45% of the total subcontracted dollar value. Of that 45%, 20% should be placed with Small Disadvantaged Businesses, 10% with Women Owned Small Businesses, 3% with HUB Zone Businesses, 3% with Veteran Owned Small Businesses and 3% with Disabled Veteran Owned Small Businesses. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. The initial registration date expired 31 May 1998. For information regarding future registration, contact (1) CCR Web site at http://www.acq.osd.mil/ec; (2) dial up modem at (614) 692-6788 (User ID: ccrpub; Password: pub2ccri); (3) through any DoD Certified Value Added Network. To review the database, the web site is: http://www.fedecnavigator.disa.mil. Additionally a paper form for registration may be obtained from the DoD Electronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged business contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/subcontractors. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation is the Internet only. This solicitation will not be issued in paper. Contractor requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing lists by going to the website: https://ebs.nab.usace.army.mil ?????? Issuance on or about 1 September 2004, proposals due on or about 5 October 2004.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21201
Country: US
 
Record
SN00638847-W 20040808/040806212632 (fbodaily.com)
 
Source
FedBizOpps.gov 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.