Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

M -- Operations Maintenance and Building Support Services at the Robert C. Weaver Building, Washington, DC. - Solicitation C-OPC-CFM10

Notice Date
2/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Housing and Urban Development, OCPO, Northern (Philadelphia) Field Contracting Operations, Philadelphia Operations Branch, NFN, 100 Penn Square East, Philadelphia, Pennsylvania, 19107-3380
 
ZIP Code
19107-3380
 
Solicitation Number
C-PHI-CFM10
 
Point of Contact
George M. Shirley, Phone: 2154306725, Maureen Musilli, Phone: 215-430-6715
 
E-Mail Address
george.m.shirley@hud.gov, Maureen.Musilli@hud.gov
(george.m.shirley@hud.gov, Maureen.Musilli@hud.gov)
 
Small Business Set-Aside
N/A
 
Description
Key Personnel Form Equipment Inventory Pricing Schedule Solicitation Document This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition (FAR) Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotations are being requested and a written solicitation will not be issued separately. SERVICES REQUIRED: Facilities Management Services for the HUD Headquarters building, located at 451 Seventh Street SW in Washington, DC. The HUD Headquarters building is historically recognized building, known as the Robert C. Weaver Building. The building is a General Services Administration (GSA) owned facility that is approximately 1,440,000 square feet, and has 10 stories above ground in addition to a penthouse, basement, sub-basement, and a three level underground parking garage. In addition, the facility has a large cafeteria and multipurpose room/auditorium that is housed on the first floor. The HUD Child Daycare Center encompasses an approximately 8,000 square foot build out beneath the building overhang. The facility houses more 4000 occupants between the hours of 6:00 a.m. and 7:00 p.m. The Contractor must provide management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the Robert C. Weaver Building. In addition to the Buildings Operation functions, the contractor will provide warehousing and moving services for the facility. Request for Quotation Number R-PHI-CFM10 is being issued as an unrestricted Request for Quotation (RFQ). The NAICS code is 561210 and the size standard is $35.5 million. This RFQ contains contract line items as indicated on the price schedule included in the supplemental document. The government intends to award one firm-fixed price/indefinite quantity contract with an eight month performance period. Services are required beginning March 1, 2010. The intent of this relatively short duration contract is to maintain basic services while the agency develops a more comprehensive long term solution to building operations and assembles a long term contract vehicle for recompetition. Evaluation Procedures to be used as further defined in the attached supplemental document are: TECHNICAL: Management Plan, Initiation of Service, Past Performance and Small Business Commitment; NON-TECHNICAL: Price. The non-price factors, when combined, are approximately equal in importance to price. The Government will make an award from this request for quotation to the responsible vendor whose quotation will be most advantageous to the Government, price and other factors considered in accordance with FAR 52.212-2, Evaluation Factors. Evaluation may be made on initial quotation submissions. The Government reserves the right to not make an award at all or to award to other than the lowest priced vendor. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, effective February 1, 2010. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and HUD Regulations supplement can be accessed on the Internet at http://farsite.hill.af.mil/. The following listed below apply to this combined solicitation/synopsis and are attached hereto as supplemental documents: "Solicitation C-PHI-CFM10" in PDF format, "C-PHI-CFM10 Pricing Schedule" in Excel format, "Equipment Inventory" in Excel format, and a "Key Personnel Form" in Word format. Contractor financing will NOT be provided for this acquisition and by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. The deadline for submission of quotations is 4 PM EST February 16, 2010. The quotation must be submitted via e-mail to George.M.Shirley@hud.gov. Failure to submit a response by the time and date established may result in the quote not being considered. HUD reserves the right to consider quotes received after the submission deadline at its discretion. Questions related to this synopsis/solicitation must be submitted in writing not later than noon on February 11, 2009 to George Shirley at George.M.Shirley@hud.gov. Questions submitted after the due date and time will not be considered. Vendors must provide a clear and legible Tax Identification Number and Data Universal Numbering System (DUNS) Number. This notice and any additional supplemental documentation, if applicable, is posted herein in Federal Business Opportunities (FBO). Any amendments issued to this combined solicitation/synopsis will be posted in FBO. You are advised to monitor FBO frequently to see if HUD has issued any amendments to solicitations you have obtained. All amendments will be posted on the HUD's Home Page Contracting Opportunities site and on this site. Please note that vendors are no longer asked to submit all certifications and representations with their offer. Instead, vendors should enter that information in the ORCA database at http://orca.bpn.gov. Registration in ORCA is mandatory before an award can be made to any vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HUD/NF/NFN/C-PHI-CFM10/listing.html)
 
Place of Performance
Address: Robert C. Weaver Federal Building, 451 7th Street, SW, Washington, District of Columbia, 20410, United States
Zip Code: 20410
 
Record
SN02059752-W 20100207/100205235900-5f4cd67d57c82cc273c61c192cb258bd (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.