Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2011 FBO #3599
SOURCES SOUGHT

Z -- Facility Operation & Maintenance Services, IRS Chamblee, GA

Notice Date
9/30/2011
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
 
ZIP Code
30341
 
Solicitation Number
D-2-D9-13-DE-L08
 
Archive Date
10/28/2011
 
Point of Contact
Linda B Bender, Phone: 404-338-9210, Margaret M Baker, Phone: 404-338-9213
 
E-Mail Address
linda.bender@irs.gov, margaret.baker@irs.gov
(linda.bender@irs.gov, margaret.baker@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of the Treasury, Internal Revenue Service (IRS) issues this Sources Sought Notice to determine the availability and technical capability of small businesses (i.e. veteran-owned small business; service-disabled veteran-owned small business; HUBZone small businesses; etc.) that can provide Facility Operation and Maintenance Service (O&M) for the Atlanta Submission Processing Center (ATSPC) located at 4800 Buford Hwy, Chamblee, GA 30341. Interested small business firms with qualifying experience and capability are requested to submit a capability statement to assist the Government in determining, in accordance with Federal Acquisition Regulation 19.502-2(b), whether this procurement will be set-aside. Facility O&M services include management, operation, maintenance, repair, and miscellaneous services for buildings, structures, roads and parking lots, utilities and related support systems and equipment. The contractor shall furnish all management, supervision, labor, subcontracts, supplies, repair parts, tools, and equipment to perform contract services. Operation, maintenance & repair of a broad range of facility equipment and systems, include, but are not limited: • HVAC equipment (dual central cooling plants, central heating plant with building wide zoned hot water re-heat coils, multiple computer room HVAC systems, special purpose HVAC systems, large package HVAC systems, small split HVAC); • Appliance and cafeteria equipment (multiple walk-in coolers/freezer, multiple types of ice making and dispensing equipment, and a full spectrum of cafeteria equipment); • Multiple central and stand alone air compressor systems; • Multiple central plumbing systems (including three potable water distribution systems, multiple glycol circulation loops); • Multiple fire sprinkler systems building wide; • Central system fire alarm system and numerous stand-alone but integrated subsystems; • Central public address system; • 1970’s era central clock system; • A (multi-building) 12470 volt double ended electrical substation including 3 each 12470/480 volt transformers; • 2 separate 480 volt electrical distribution systems; • 1 building wide 480 volt UPS electrical distribution system; • A 3.2 MW emergency electrical generation plant, underground and above ground fuel oil storage tanks and fuel distribution system; • A combination of stand alone 1960’s era pneumatic control systems and modern JCI METASYS BAS; • A 3 stage laboratory style HEPA filtration negative air pressure containment system serving the separate 25,000 square foot mail handling area; • Extensively modified 1960’s era sanitary sewer system; • 1960’s era underground storm drainage systems; • 1000+ space parking lot; • Perimeter fencing and access pedestrian gates, turnstiles, barrier arm and gate operators; • Asbestos Management Program; • Environmental Management Program (with limited recycling services); Contract Services also include: universal and hazardous waste handling, warehousing, and disposal; building inspection services; lab testing services; repair and maintenance of the government-furnished radio communications equipment; utility meter monitoring; water treatment services; routine, urgent and emergency service call management; locksmith services; construction and renovation services; and additional miscellaneous services. ATSPC is a campus-style environment, consisting of a single story building and guard-houses whose aggregate total gross square footage is approximately 325,000 square feet in which 10,000 square feet is dedicated to ADP/Mainframe space. The buildings sit on approximately a 20+ acre site. Parking lots are on-campus. Area parking and roadways are approximately 550,000 square feet. Mission at ATSPC is a 24/7 operation 365 days per year. The intended procurement will be classified under North American Industrial Classification (NAICS) code 561210 with a size standard of $35.5M annual receipts. The period of performance will consist of a Base Period plus annual Option Renewal Periods totaling 60 consecutive months. RESPONSE REQUIREMENTS: Interested parties responding to this Sources Sought Notice are to identify their firms’ size (large or small based on NAICS standard), and type of business (i.e. 8(a), HUBZone, Service-Disabled Veteran-Owned, or Woman-Owned Small Business). Firms must provide their capability statements in sufficient detail that the Government can determine their experience, skills and capability to fulfill the Government's requirements. Statements MUST identify (a) relevant contracts (preferably two or more) in which the interested party served as the PRIME contractor providing 24/7 facility operation and maintenance services in a facility of similar size and complexity to ATSPC, and include references with CURRENT POINT OF CONTACT INFORMATION for each contract; (b) years of company experience maintaining similar types of facilities (minimum six years experience is preferred); (c) years of company experience performing commercial or institutional building construction projects (up to $500,000); and (d) capability to maintain the following classes of equipment: • Central chiller plants – low and high pressure centrifugal chillers • 2 million btu boilers • Computer room HVAC systems • 12 kV electrical sub-stations • 3.2 MW diesel electrical generation plant including fuel storage & distribution systems • BSL 2 laboratory equivalent HVAC containment system/controls • Both 1960’s era pneumatic control systems and modern digital control systems • Full range of commercial kitchen equipment. • Large multi-zone fire sprinkler systems • Central fire alarm systems Also discuss: • Experience and training handling asbestos containing materials; and • Environmental management program experience Capability statements are not to exceed 15 pages, using no smaller than 10 point font. Statements must be received by the IRS Contracting Officer, Linda Bender, by the closing date of this notice (October 13, 2011, unless otherwise amended). Submissions may be made via email to Linda.bender@irs.gov, or mail/hand delivery to: IRS, SE Area Procurement Office, 2888 Woodcock Blvd., Suite 300, Stop 80-N, Atlanta, GA 30341. Telephone inquiries will not be honored or acknowledged. Offerors are responsible for routinely checking this website for any amendments to this notice. This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited and submittals will not be returned to the sender. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED AS A RESULT OF THIS NOTICE. LARGE BUSINESSES NEED NOT RESPOND.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/D-2-D9-13-DE-L08/listing.html)
 
Place of Performance
Address: 4800 Buford Highway, Chamblee, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN02598829-W 20111002/110930234936-32de4f8ef10146a157a7f03cf4bddef6 (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.