SOLICITATION NOTICE
M -- O&M Services High Tech Facility
- Notice Date
- 12/15/2010
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA11R0079
- Point of Contact
- Don X Monaco, Phone: 703-875-7095, Vincent Y. Chaverini, Phone: 7038756645
- E-Mail Address
-
monacofd@state.gov, chaverinivj@state.gov
(monacofd@state.gov, chaverinivj@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought - O&M Gov't High Tech Facilities THIS REQUIREMENT WAS ORIGINALLY POSTED UNDER A GSA SOURCES SOUGHT SYNOPSIS GS-08P-10-JA-C-0053 ON 21 MAY, 2010. THIS IS A RE-ISSUANCE OF THAT REQUIREMENT AND IS NOW BEING HANDLED BY THE DEPARTMENT OF STATE, BUREAU OF ADMINISTRATION, LOGISTIC MANAGEMENT, ACQUISITION MANAGEMENT (A/LM/AQM) IN SUPPORT OF DOS BUREAU OF ADMINISTRATION/OPERATIONS/FACILITY MANAGEMENT SERVICES A/OPR/FMS. WE ARE REQUESTING THAT ALL INTERESTED VENDORS WHO BELIEVE THEY HAVE THE CAPABILITY TO PERFORM THIS REQUIREMENT RESPOND AND THOSE INTERESTED VENDORS WHO RESPONDED TO THE ORIGINAL GSA ANNOUNCE SHOULD RESPOND AGAIN TO THIS SOURCES SOUGHT PRESOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITTING OFFERS FOR A FUTURE SOLICITATION. The Department of State A/LM/AQM is conducting market research to identify technically qualified small business concerns (including 8(a), Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are interested in and capable of providing Operations and Maintenance services, including janitorial services, as described below. DoS A/LM/AQM is seeking capability statements from all eligible small business concerns under the North American Industry Classification System (NAICS) Code 561210 - Facilities Support Services, with a size standard of $35,500,000 per year. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set Aside. The services included are general operation and maintenance (O&M) services, including janitorial services, to support a Tier III datacenter of approximately 110,000 gross square feet, which includes approximately 5,000 gross square feet of office space. The maximum number of employees for this facility is estimated at 30. Due to the Tier III design and the functional requirements of the center, as part of the O&M specifications, any maintenance or repair of any single mechanical or electrical component must be accomplished without interruption to the datacenter. The contractor will be required to maintain multiple systems, including (a) generators, (b) UPS, (c) Transfer Switches (STS/PDU), (d) Medium Voltage Equipment, (e) HVAC Equipment, (f) Office Space Equipment, (g) Building Automation System, and (h) Roof System. Additionally, the O&M contractor will be responsible to ensure the continual operation of fire protection and life safety systems. *Janitorial and cleaning services will include maintaining and cleaning floors, windows, office space, restrooms, building fixtures, doors, elevators and stairways, indoor plants, landscaping, removal of trash and recyclables and snow removal. This contract will require Secret Security Clearance and may require Top Secret Security Clearance for all providers of services. *A final decision whether to include janitorial services as a part of this requirement or to contract separately for these services has not been made. Offerors may provide their insights into the technical or cost advantages or disadvantages in including or breaking out these services if they choose. The contract will be performed at the Denver Federal Center, W. 6th Avenue and Kipling Street, Lakewood, Colorado. The successful offeror will be required to show proven experience and past performance in the operation and maintenance of data centers or computer centers, generally, and specifically, Tier III data centers by documenting past performance and experience with contracts of size and scope similar to the size and scope described above. Interested, qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 10 pages. Firms should indicate eligibility for SBA programs and business types (i.e., Small Business, SBA-certified HUBZone, SBA-certified 8(a) Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran-Owned Small Business (SDVOSB). Information regarding SBA programs may be found at www.sba.gov. Capabilities Statements must be submitted no later than Monday 10 January, 2011 Send submissions to, Don Monaco, Department of State, Annex SA-6, Room 500, 1701 Ft. Myers Drive, Rosslyn VA, 22209 or email to Don Monaco, at monacofd@state.gov., and copy the Contracting Officer Vince Chaverini at ChaveriniVJJ@state.gov and Randall Daugherty at daughertyRM@state.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0079/listing.html)
- Place of Performance
- Address: Denver Federal Center, W. 6th Avenue and Kipling Street, Lakewood, Colorado., Denver, Colorado, United States
- Record
- SN02344434-W 20101217/101215234015-df7dcf15b129879374a66444de0280ae (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 |