Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2018 FBO #6148
SOURCES SOUGHT

R -- Operations and Maintenance (O&M) program for the Central Heating and Refrigeration Plant (CHRP)

Notice Date
9/21/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Operations & Maintenance Center 1 (47PM07), 301 7th Street, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
AP_P11_2018_8314
 
Point of Contact
jamie l morton, Phone: 2029695543
 
E-Mail Address
jamie.morton@gsa.gov
(jamie.morton@gsa.gov)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY FOR SMALL BUSINESS UNDER ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS (EDWOSB). NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), National Capital Region (NCR), is seeking information on technically capable, and otherwise responsible, quality contractors to implement a Federal Building Service Program (BSP). The objective of the NCR BSP is to procure an integrated and cost-effective operations and maintenance (O&M) program for the Central Heating and Refrigeration Plant (CHRP) This is a Performance Based Service Contract for the maintenance and housekeeping services of the Central Heating and Refrigeration Plant (CHRP) and the success of the Contract depends on the satisfaction of the requirements, but also the satisfaction of our shared customer. Rather than a mere list of activities, this is a written expression of the GSA’s expectation of the service to be performed by the Contractor. A higher level of effective communication between the Government and Contractor is essential for partnering and performance based service contract to succeed. The success of this Contract is shared between the Government and the Contractor. The Central Heating and Refrigeration Plant (CHRP) is an industrial steam and chilled water plant serving more than 80 federal and district government facilities in the District of Columbia. The plant contains six industrial gas-fired/oil-fired boilers with a combined steam production of 1.5 million pounds per hour at 250 psig and 404º F. The plant also contains eight centrifugal chillers with a combined chilled water production capability of 17,000 tons. In this Contract, more emphasis is placed on the Contractor’s self-management of quality, rather than on the usual external inspection by Government Inspectors, although that is a part of this Contract as well. All parties should act proactively to reduce service cost, therein providing an incentive for the Contractor. The Contractor shall provide management, labor, supervision, vehicles, equipment, and materials to perform administration and technical support for inspections, preventive maintenance, housekeeping, and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, minor repairs/replacement of equipment and systems (electrical, elevator, fire protection, water, etc.) located within the property line of the (CHRP) as specified for the U.S. General Services Administration, Public Building Services (PBS), Heating Operation and Transmission District, located at 13th and C Street, S.W., Washington, D.C. The categories of work include Maintenance and Additional Services. This is a notice for sources under the EDWOSB program only. This is not a request for proposal or a pre-­solicitation communication. This is for market research only. No solicitation, specifications or drawings are available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to the extent it will be competed. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219­8, Utilization of Small Business Concerns General Description of Scope of Services: OPERATION AND MAINTENANACE (O&M) PERFORMANCE-BASED STATEMENT OF WORK (PBSOW) Contractor Responsibility for Equipment and Systems The Contractor shall provide management, supervision, labor, materials, equipment and supplies, administrative, subcontracts, reimbursable building alterations, and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the building(s), to include the following: Electrical systems and equipment. (Required parts identified on the manufacturer's parts list and all products and components installed as part of the system). Mechanical systems and equipment (which includes all functional and moving parts that make the system work), plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment Fire protection and life safety systems and equipment. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Service request desk operations using a computerized maintenance management system (CMMS) if available or by other means as well as other administrative functions. Mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment). Dock levelers and roll-up and sliding garage doors. Storm drainage systems The Contractor shall complete roofing system investigations. The Contractor shall maintain kitchen/concessions area drains. The Contractor shall maintain conveying equipment, parking control equipment, and loading dock equipment. Contractor Responsibilities for Management and Communication The Contractor Shall: Be responsible to make the management and operational decisions to meet the quality standards required under this contract. Use innovation, technology and other means and methods to develop and perform the most efficient services for the building. Implement an effective Quality Control Plan (QCP). Implement an effective service call system, as specified under the Special Requirements section of this contract that results in prompt, professional, and courteous resolution of tenant concerns. Elevator/vertical transportation systems (except locks, keycard systems, static and dynamic bollard systems, which are included in the scope). Telecommunication systems. Furnishings (not installed as fixtures). Equipment owned by servicing public utilities. Upgrade of software or software licenses (to include building automation systems (BAS) and CMMS). Additional services as needed by various agencies Switch Gears Annual Inspection on Fire Alarm Systems Size Standard: The NAICS Code for this project is 561210-Facilities Support Services for Government base facilities operation support services and the small business size standard is $38.5 Million. The estimated cost range of the project is $17,000,000.00 to $20,000,000.00 this includes base plus four (4) option periods. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.101-1 -- Tradeoff Process source selection procedure. To select the firms offering the highest technically rated offeror. The Government will use the evaluation factors and significant sub-factors in the solicitation will specify that award will be made on the basis of the tradeoff among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Site Visit: A site visit will be held on Tuesday, October 9, 2018 & October 11, 2018 at 10:00am EST. interested firms must notify Jamie L Morton via email at jamie.morton@gsa.gov by Wednesday, October 3, 2018 of the representatives attending site visit. No more than two (2) representatives per firm can attend. PLEASE NOTE: This is not a mandatory site visit. Upon Arrival: You must have a government issued ID to enter facility and must be pre-approved before Friday October 5, 2018 by 2PM EST. Response Information: The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a Economically Disadvantaged Women-Owned Small Business (EDWOSB). (2) Contractors should submit a narrative demonstrating their experience in a plant in the specified work, as well as, their technical capabilities. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. (3) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Ms. Jamie L Morton, Contracting Officer. Please email your response to jamie.morton@gsa.gov by October 19, 2018, 2:00pm, Eastern Standard Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eda455fa0696817e087e58f931b0eaf3)
 
Place of Performance
Address: 325 13th Street, South West (SW), Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN05100570-W 20180923/180921230836-eda455fa0696817e087e58f931b0eaf3 (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.