Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 13, 2010 FBO #2972
SOLICITATION NOTICE

Z -- Facilities Engineering, and Building Operations & Maintenance Services - Woodlawn, MD

Notice Date
1/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Chesapeake Service Center (3PC), The Strawbridge Building, 20 North 8th Street, 9th Floor, Philadelphia, Pennsylvania, 19107-3191
 
ZIP Code
19107-3191
 
Solicitation Number
GS-03P-09-DX-D-0043
 
Point of Contact
Christina M. Mullins, Phone: 215-446-4589, Stephanie F Hill, Phone: 215-446-4766
 
E-Mail Address
christina.mullins@gsa.gov, stephanie.hill@gsa.gov
(christina.mullins@gsa.gov, stephanie.hill@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
GS-03P-09-DX-D-0043 Facilities Engineering, and Building Operations & Maintenance Services CMS Headquarters in Woodlawn, MD The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is soliciting proposals for a new facilities engineering, building operations, and maintenance services for the Centers for Medicaid and Medicare Services (CMS) Headquarters Complex located in Woodlawn, MD. Bonding shall not be required. The performance location is: CMS Headquarters Complex 7500 Security Boulevard Woodlawn, MD 21244 General Description of Scope of Services: The solicitation will include a Performance Work Statement (PWS) for Facility Engineering Services integrating a Systems Thinking approach for the CMS Headquarters Complex in Woodlawn, MD. This contract will be solicited as a two (2) year contract, with one (1) two (2) year option, and two (2) additional option periods of three (3) years each, for a potential contract period total of ten (10) years. The CMS Headquarters Complex consists of four (4) interconnected buildings, with approximately 888,308 rentable square feet, and is sited on a 57.4 acre parcel of land. Facilities covered under the scope of this contract include but are not limited to federal office space, childcare space, data center space, central utility plant space, and warehouse space. The successful contractor will act as partner to the General Services Administration and be expected to offer solutions and decisions that are in the best interest of the government and taxpayer in the management and performance of complete facility management, operations, maintenance, inspection, and repair of all mechanical systems and vertical transportation equipment in all facilities covered under the scope of this contract. The Contractor will be required to employ an active, effective Quality Control Program ensuring all services performed are of the highest quality standards and that any defects in workmanship or performance are corrected before any service delivery issues arise. Equipment and Systems Included: 1. Electrical systems and equipment, to include high voltage electrical systems and equipment 2. Mechanical, plumbing, energy management control systems (EMCS) where applicable, and heating, ventilation, and air conditioning (HVAC) systems and equipment. 3. Fire protection and life safety systems and equipment. 4. All control systems that are within the scope of this contract. 5. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6. Service request desk operations, to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions. 7. Grounds care and snow removal. 8. Roof anchor systems tie off for window washing. 9. Locks and static bollard systems. 10. Dock levelers. 11. Elevator and vertical transportation systems, including locks and keycard systems. 12. Child care center playground equipment, as well as child care kitchen equipment and appliances including stove, refrigerator, kitchen hoods and exhaust system. All facilities equipment and systems associated with the child care center is also included. 13. All restroom dispensers (toilet paper, hand towel etc.) and all partition hardware. 14. Cafeteria ductwork above the ceiling, hoods and exhaust systems, grease traps with associated piping, as well as any fire suppression or fire alarm equipment. 15. Security guard booth maintenance. 16. Data Center mechanical and electrical maintenance services. 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. Excluded from this scope are: 1. Security systems. 2. Telecommunication systems. 3. Equipment owned and operated by tenant agencies. 4. Furniture and furnishings not installed as fixtures. 5. Equipment owned by servicing public utilities. 6. Fitness center equipment. 7. Cafeteria appliances and equipment. The contract will be acquired using Source Selection procedures as identified in FAR 15.3 with a firm fixed price award with economic price adjustment to the offerors who provide the best value to the Government. This procurement shall be set-aside for small business firms. Offerors will be evaluated based on technical merit and price proposals. The Government reserves the right to make an award without discussions. For this procurement, technical evaluation factors are significantly more important than price. The technical evaluation factors are, in descending order of importance: 1. Management Plan, 2. Prior Experience, and 3. Past Performance. The Management Plan evaluation factor is considered more important than the combined weight of Prior Experience and Past Performance. The Prior Experience and Past Performance evaluation factors are considered approximately equal in weight. The solicitation package (including specifications, offer forms, clauses, and provisions) will only be available electronically on FedBizOpps. It will be available on or after JANUARY 29, 2010. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Offerors MUST be registered in the Contractor's Central Registration (CCR) database in order to participate in this procurement. The website for CCR is http://www.ccr.gov. Any offeror submitting a proposal is required by the Federal Acquisition Regulations to use the Online Representation and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. To register in ORCA, you will need to have two items: an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN) identified in that CCR record. Your DUNS number and MPIN act as your company's ID and password into ORCA. The basic information provided in your CCR record is used to pre-populate a number of fields in ORCA. Once in ORCA you will be asked to review pertinent information pre-populated from CCR, provide a point of contact, and answer a questionnaire that contains up to 26 questions. The questionnaire is to help you gather information that you need for your clauses. The questionnaire is not the official version. Be sure to read the provisions carefully. The answers you provide are then automatically entered into the actual FAR provisions. You are required to review your information, as inserted, in context of the full-text provisions for accuracy; acknowledge three additional read-only provisions; and click a time/date stamp before final submission. You will need to review and/or update your ORCA record when necessary, but at least annually in order to maintain active status. 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 to the attention of Ms. Christina M. Mullins either by email: christina.mullins@gsa.gov or by fax: 215-446-6172. Ms. Mullins' phone number is 215-446-4589.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/GS-03P-09-DX-D-0043/listing.html)
 
Place of Performance
Address: CMS Headquarters Complex, 7500 Security Boulevard, Woodlawn, Maryland, 21244, United States
Zip Code: 21244
 
Record
SN02039106-W 20100113/100111234338-b785096047425335ed0c6d2500082747 (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.