Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

M -- Building Operating and Maintentence Services

Notice Date
8/17/2010
 
Notice Type
Presolicitation
 
NAICS
#561210 — Facilities Support Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
RFP-0234349
 
Archive Date
9/16/2010
 
Point of Contact
Almeta A Dixon, Phone: 202-324-0566, Mischele R Quarles, Phone: 202-324-1144
 
E-Mail Address
almeta.dixon@ic.fbi.gov, mischele.quarles@ic.fbi.gov
(almeta.dixon@ic.fbi.gov, mischele.quarles@ic.fbi.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a solicitation announcement for Request for Proposal (RFP) 0234349 for consolidated facility management including operational, maintenance and sustainment support a three (3) story building which consists of 205,000 square feet of usable space located within the Washington DC metropolitan area. It houses a modern Information Technology Data Center and a large Call Center. The Government intends to award a Fixed Price performance based contract for a period of a base year with four (4) one-year options. All contractor personnel must have or be able to obtain and maintain throughout their assignment a Top Secret (TS)/ SCI level clearance. Factory trained/certified technicians are required for all personnel performing maintenance services on the "mission-critical" systems and components as well as the "emergency-systems" components. The contractor will be required to provide a Quality Assurance Surveillance Plan (QASP). Both performance and payment bonds are required in the amount of 100% of the contract value. The NAICS for this requirement is 561210 which has a size standard of $35.5 million. This is a multiple award requirement. The Government intends to award two separate contracts: PART I: Mission Critical and Emergency Services on a Full and Open competitive basis, and PART II: Non-mission critical services as a Small Business Set-Aside. The requirement for the Mission Critical and Emergency Services shall be performed on 24/7 basis. Services required to support this effort would range from building janitorial services to complete warranty maintenance and service support for its complex mechanical, electrical and plumbing infrastructure. Therefore, the provider must hold factory certification in areas such as power distribution and Heating, Ventilation, & Air Conditioning (HVAC) equipment, diesel power generation systems, kinetic power fail-over systems and related maintenance ground equipment and servicing units. Services for the two contracts will include, but are not limited to: PART 1: Mission Critical and Emergency Services - Fire Alarm Maintenance and Servicing - Sprinklers, Very Early Smoke Detection Apparatus- VESDA, Pre-action and Gaseous Based Maintenance, Testing and Servicing - Electrical System Testing Maintenance and Servicing - Mechanical/Plumbing maintenance - Backup Battery Bank Maintenance and Servicing - Generator Maintenance and Servicing - HVAC Maintenance and Servicing PART 2: Non-Mission Critical Services - Fuels for the generator - First Responder, HAZMAT Response and Recovery - Janitorial - Porter/Matron - Vehicles Barriers, Traffic Control Arms, Traffic Lights, Motorized Gates & Turnstiles - Perimeter Security Fence - Loading Dock Area and Typical Features (Roll-up Door, Levelers, Floor Drains) - Exterior Light Fixtures, Inclusive of Lamps, Ballasts, Poles All interested offerors should request a copy of the solicitation to this office in writing by e-mail (e-mail SUBJECT title must reference "RFP-0234349")or U.S. mail by September 1, 2010, 4:00 p.m. local time to the attention of Ms. Almeta A. Dixon. In addition, you will be requested to attend a pre-proposal conference. Information concerning the conference will be included in the solicitation package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFP-0234349/listing.html)
 
Record
SN02243016-W 20100819/100817234920-d1e71889f747e252e4f87f989f028517 (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.