Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2015 FBO #4830
SOLICITATION NOTICE

S -- Facilities Maintenance and Support Services

Notice Date
2/12/2015
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: AA005Research Triangle ParkNC27709USA
 
ZIP Code
00000
 
Solicitation Number
SOL-NC-14-00011
 
Response Due
4/7/2015
 
Archive Date
11/2/2015
 
Point of Contact
Keith Stearns
 
E-Mail Address
stearns.keith@epa.gov
(Stearns.Keith@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Environmental Protection Agency (EPA), Office of Acquisition and Resource Management (OARM), Research Triangle Park Procurement Operations Division (RTPPOD) anticipates issuing a solicitation for Facilities Maintenance and Support Services (O&M) to support the Agency's EPA-Research Triangle Park (RTP) Campus Facilities. The EPA has multiple facilities in the RTP and Chapel Hill, NC area (combined to make up EPA-RTP Facilities). The EPA's facilities on the main campus in RTP contain over 1.2 million square feet of offices, laboratories, computer and conference spaces, and a child care facility. The EPA-RTP facilities are classified as a Centers for Disease Control (CDC) Bio-Safety Level II Research Facility and AAALAC (Association for Assessment and Accreditation of Laboratory Animal Care International) Facilities. A successor contractor will be required to furnish all necessary labor, supervision, transportation, equipment, and supplies to provide facilities maintenance and support services to operate and maintain all EPA-RTP facilities located in the RTP area. Facilities maintenance and support services include, but are not limited to the maintenance and operation of facilities, including all faciltiy infrastructures located on surrounding federal property, buildings and equipment; the design and fabrication of hardware and equipment; engineering documentation; Alterations and repairs of buildings, equipment and electrical, mechanical, and plumbing systems; Review of proposed changes to EPA-RTP Facilities; Shop Services; and Preventative/Predictive Maintenance (PM) inspections and repairs. Facilities maintenance and support services also includes, but are not limited to the Electrical Safety Inspections and Maintenance of Electrical Services/Panels, substation Switchgear, and Lighting fixtures/Systems; Electronic & Closed Circuit television Security Systems maintenance; Fire Extinguisher Inspections and Maintenance; Inspection, Operations and Maintenance; and repair of Government-Owned Fire Alarm and Sprinkler Systems; Control Systems; Food Service Equipment Maintenance; Elevator Maintenance; Environmental Compliance; Snow Removal Service; Roadway/Surface Parking Lot and Parking Deck Maintenance; Chemical Spills; Engineering Technician Support; and utility work at the facility locations listed in the Performance Work Statement (PWS) and/or Statement of Work (SOW) for construction efforts. The successor contractor shall perform all work in compliance with federal, state, and local environmental laws and regulations, and shall participate fully in the Agency's Environmental Management System (EMS). EPA anticpates the award of a hybrid contract that consists of a Firm Fixed Price (FFP) Contract Line Items (CLINs) and Fixed Rate for Services-Indefinite Delivery Indifinite Quantity (FR/IDIQ) CLINs. Contract requirements will consist of efforts subject to the Service Contract Labor Standards (formerly Service Contract Act) as well as construction efforts subject to the Construction Wage Rate Requirements Statute (formerly Davis-Bacon Act). The contract will consist of a base period of twelve (12) months, with four (4) additional twelve-month option periods. The total duration of the proposed contract is sixty (60) months. This contract will also include FAR Clause 52.217-8 "Option to Extend Services", which could potentially increase the contract's performance period an addional six (6) months beyond the previously stated sixty month duration. The Solicitation Number is SOL-NC-14-00011 and is being issued as a Request for Proposal (RFP). This acquisition will be issued for Full and Open Competition. The North American Industry Classification System (NAICS) number 561210 applies to this requirement and the size standard is $38.5 Million in average annual receipts over the preceding three fiscal years. For informational purposes, this contract is a follow on to contract number EP-D-09-095 with Amec Foster Wheeler Enviroment & Infrastructure, Inc. The current contract is scheduled to be extended until September 30, 2015. Proposals will be due approximately 30 days after the RFP issuance date. The resultant contract will be awarded in accordance with the solicitation procedures outlined in FAR Part 15, Contracting by Negotiation. Offerors will be asked to submit technical and cost proposals for the contract, as well as relevant past performance information. All prospective offerors must be actively registered in the System for Award Management (SAM) at www.sam.gov as well as FedConnect at https://www.fedconnect.net/FedConnect/. No further synopsis will be issued. All responsible sources may submit a proposal which shall be considered by the Agency. A pre-proposal conference / site visit will be held approximately seven to fourteen days after issuance of the RFP at the US Environmental Protection Agency Research Triangle Park Main Campus.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-14-00011/listing.html)
 
Place of Performance
Address: OARM-RTP-FMSDUS Environmental Protection Agency109 TW Alexander DriveMail Code: C604-01Research Triangle ParkNC27709USA
Zip Code: 27709
 
Record
SN03640936-W 20150214/150212234718-6049d93ecd614987a62580ac5576fb46 (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.