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 Operations and Maintenance

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
EP-D-09-095
 
Response Due
2/27/2015
 
Archive Date
3/29/2015
 
Point of Contact
Stearns, Keith 919-541-0885, stearns.keith@epa.gov ; Ford-Cannon, Christian 919-541-2147, Ford-Cannon.Cris@epa.gov
 
E-Mail Address
Stearns, Keith S
(stearns.keith@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
EPA-RTPPOD has a requirement for continuation of services under the current EPA-RTP Facilities Maintenance and Support Services Contract (O&M) EP-D-09-095 until such time that the competition for the follow-on O&M contract is completed and the follow-on contract begins. The EPA has multiple facilities in the RTP and Chapel Hill, NC area (combined to make up EPA-RTP Facilities). All O&M responsibilities for the EPA-RTP Facilities are performed under contract EP-D-09-095. The EPA's facilities on the main campus in RTP are 1.2 million square feet of offices, laboratories, computer and conference spaces, and child care facilities. 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. Amec Foster Wheeler Environment & Infrastructure, Inc (AMEC) has provided support to EPA under contract EP-D-09-095 since September 2009. RTPPOD is currently in the process of issuing a solicitation with intent to award a new contract under competitive procedures by September 2015. Depending on the outcome of that competitive procurement, responsibility for the EPA-RTP requirement may transition to a new contractor. Contractor transition for a requirement with the size, scope and complexity of this SOW is complex and places critical Government facilities, assets and systems at increased risk as the incoming contractor becomes fully capable to perform the support functions required. Continuity of services and personnel is essential to the health of the facility and the facility's role in supporting EPA's mission of protecting human health and the environment. The Government will potentially enter a transitional period between contractors for this requirement in September 2015. The potential period of performance for the new contract (Base Period plus four potential Option Periods) will make the risk and costs inherent in transitional activities acceptable to the Government. A modification of EP-D-09-095 to allow for continuation of services with the current O&M Contractor (AMEC) provides the lowest risk for critical facility and systems support for the six month time period contemplated. Additional details are below. AMEC currently employs a staff of maintenance technicians, supervision, and administrative personnel to support EPA's operation and maintenance support requirements at RTP. Contractors generally propose incumbent retention target rates to fulfill personnel requirements as part of their technical proposal. There is no assurance that incumbent staffing retention targets could be achieved during the actual transition phase of the contract. This means increased costs for training, clearance of employees (EPASS, OASIS, etc.), uniforms and the overall costs of employees becoming familiar with the facilities. These risks and/or associated costs are anticipated, expected and acceptable when awarding a long term contract as the Government will receive value and benefit from the investment in the successful offeror and their personnel. Transitional risk and/or costs for a contractor to perform services over a six month period of performance with the likely potential that another t ransition would occur in September 2015 would be inappropriate and irresponsible as the Government would accept high levels of performance risk without receiving benefit from sustained continuity of those personnel. A short term disruption to the continuity of operations for the maintenance and operations of this facility (prior to the new contract award date of September 2015) would also lead to increased costs due to excess turnover and unacceptable levels of risk exposure to Government assets and facilities in the following: - Operations and Maintenance of the BAS (Building Automation Systems) - Disruptions to Environmental Conditions impacting: -----Laboratory Research conducted at the EPA RTP Facilities, which are designated as Centers for Disease Control (CDC) Bio-Safety II Research Facilities. RTP-EPA has over 400 research laboratories associated under its current SOW. -----The EPA's National Computer Center (NCC) located on EPA RTP Campus. -----Childcare at First Environments Early Learning Center located on EPA RTP Campus. -----Endangerment of Laboratory Animals housed on EPA RTP Campus, which is an AAALAC (Association for Assessment and Accreditation of Laboratory Animal Care) certified facility. - Potential disruption to the Preventative Maintenance Program, which effects: -----More than 11,000 individual items or pieces of equipment that require routine and/or scheduled maintenance tasks. -----Over 800 separate types of routine and/or scheduled maintenance tasks performed on those items and/or equipment. The Government is not stating that there are no other contractors who can support this O&M requirement. The Government is instead saying that considering the short period of performance contemplated within this extension that no other contractors could transition this workload from AMEC, and efficiently continue performance without potential reduced services, increased costs, and unnecessary risks to the Government. This six month extension of services is also not an attempt by the Government to limit competition to the incumbent contractor. Interested contractors will have the opportunity to compete for this long term work under the re-competed contract. In accordance with FAR Part 5.207(C)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the direction of the Government. This six month extension to contract EP-D-09-095 will be issued via contract modification, therefore no formal solicitation is anticipated for this requirement. EPA-RTPPOD will issue the request for proposal via formal request letter.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/EP-D-09-095/listing.html)
 
Place of Performance
Address: US Environmental Protection Agency109 TW Alexander DriveResearch Triangle ParkNC27709USA
Zip Code: 27709
 
Record
SN03641104-W 20150214/150212234859-bffa7ffee75ac9fbc049335d371cd0e7 (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.