MODIFICATION
J -- Facilities Engineering, Operations and Maintenance Services - Bidder's Library - Solicitation 1
- Notice Date
- 3/1/2010
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Philatlantic Service Center (3PP), The Strawbridge Building, 20 N 8th Street, 8th Floor, Philadelphia, Pennsylvania, 19107-3191
- ZIP Code
- 19107-3191
- Solicitation Number
- GS-03P-10-AZ-D-0010
- Point of Contact
- Diana McLain, Phone: 215-446-5776
- E-Mail Address
-
diana.mclain@gsa.gov
(diana.mclain@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Prevailing Wage Determination Collective Bargaining Agreements B.2. Electronic Offer Sheet Performance Work Statement The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, intends to compete a requirement for a new Facilities Engineering, Operations and Maintenance Services Contract covering two of its building locations. These buildings are the Robert N.C. Nix Federal Building and U.S. Custom House both located in downtown Philadelphia, PA. The locations of performance are: 1. Robert N.C. Nix Federal Building 900 Market Street Philadelphia, PA 19107-4228 2. U.S. Custom House 200 Chestnut Street Philadelphia, PA 19106-2912 General Description of Scope of Services: The solicitation will include a Performance Work Statement (PWS) for Facility Engineering, Operations and Maintenance Services integrating a Systems Thinking approach for two (2) federally owned facilities in downtown, Philadelphia, PA. 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 facilities covered under the scope of this contract comprise federal office space, courthouse space, post office space, computer room space, and garage space, totaling approximately 787,291 rentable square feet. Both facilities are on the National Register for Historic Places. The successful offeror 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 equipment in both 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. 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. Static and Dynamic bollard systems. 8. Dock levelers 9. All restroom dispensers (toilet paper, hand towel etc.) and all partition hardware. 10. Kitchen appliances and equipment in general cafeteria space. Note: All ductwork above the ceiling, grease traps with associated piping, as well as any fire suppression or fire alarm equipment is included in the scope of this PWS. Additional services may be ordered at the discretion of GSA 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 the 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. Automated External Defibrillators (AEDs). 8. Vertical transportation systems. The applicable NAICS code is 561210, Facilities Support Services, and the small business size standard is $35.5 million. In accordance with 19.502-2(b), the anticipated contract will be competed as a total small business set-aside. The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. 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. Prior Experience, 2. Past Performance, and 3.Management Plan. Past Performance and Prior Experience are equal in importance and each of them is slightly more important than Management Plan. The solicitation package (including specifications, offer forms, clauses, and provisions) will only be available electronically on FedBizOpps. It will be available on or after MARCH 1, 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. Diana McLain either by email: diana.mclain@gsa.gov or phone number is 215-446-5776.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRE/GS-03P-10-AZ-D-0010/listing.html)
- Place of Performance
- Address: 1. Robert N.C. Nix Federal Building, 900 Market Street, Philadelphia, PA 19107-4228, 2. U.S. Customhouse, 200 Chestnut Street, Philadelphia, PA 19106-2912, Philadelphia, Pennsylvania, United States
- Record
- SN02079159-W 20100303/100301234736-f4bbfe002d12fc672ece66cbd6a9f1b6 (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 |