SOURCES SOUGHT
Z -- Maintenance Services for DFAS Facility at Columbus, OH
- Notice Date
- 3/9/2020 1:00:42 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
- ZIP Code
- 40202-2230
- Solicitation Number
- W912QR-20-DFASMAINTENANCE
- Response Due
- 3/23/2020 2:00:00 PM
- Archive Date
- 04/07/2020
- Point of Contact
- Kelsie Hall
- E-Mail Address
-
kelsie.hall@usace.army.mil
(kelsie.hall@usace.army.mil)
- Description
- A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is a design, bid, build requirement. The Defense Finance and Accounting Service (DFAS) Columbus Center is located within the Defense Supply Center Columbus (DSCC), a Defense Logistics Agency (DLA) installation.� The primary DFAS facility consists of an approximate 592,000 square foot building containing seven stories plus a basement and three penthouses.� Individual floor space varies from 66,804 to 87,825 gross square feet.� The central mechanical plant and main electrical switchgear are housed in a separate Central Plant structure.� The cooling towers servicing the Columbus Center are located directly north of the Central Plant building. The maintenance activities required under this project include, but may not be limited to, the following: The primary work to be performed under this contract includes General Building Operation, Scheduled and Preventative Maintenance executed in accordance with a Preventative Maintenance Plan, Routine Maintenance and Repair, and Contract Administration Services.��� A task order will be issued at the beginning of each year for the performance of these services for a one-year period, see paragraph C.4.1.4. Demand Maintenance and Repair services are additional maintenance and repair services necessitated by age, wear and tear, which cannot be reasonably anticipated (in terms of scope of effort or quantity). Individual task orders will be issued by the Contracting Officer, as required, for execution of these requirements. The Contractor shall also have the capability and capacity to provide limited New Work that may include limited construction services. Individual task orders will be issued by the Contracting Officer, as required, for execution of these requirements. There is an Option 5 for Transitional Services at the end of the contract. The majority of work contemplated by this contract will be services and the service contract wage determination will apply. Under Demand Maintenance & Repair Services and New Work, task orders may be issued that involve construction and the task order will identify that the construction wage determination applies. If option years are exercised, the service and construction wage determinations will be updated and effective for all task orders issued during that option period. �Contract duration is a base year with up to 4 option years. The IDIQ maximum capacity is expected to be $15M for base plus all options. NAICS code is 561210. All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email on 23 March 2020 by 5:00 PM Eastern Time. Responses should include: 1. Identification and verification of the company�s small business status. 2. Contractor�s Unique Identifier Number and CAGE Code(s). 3. Documentation from the firm�s bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience � Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference.� References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope.� a. Projects similar in scope to this project include: Projects considered similar in scope to this project include building operations and maintenance, to include scheduled and unscheduled maintenance, for occupied multi-story buildings such as office/administrative spaces, research laboratories, data facilities, and similar facilities. The prime contractor must demonstrate experience with dispatching personnel and contracting for maintenance work using a work order system and must have self-performed at least 20 percent of the cost of the contract, not including the cost of materials, with its own employees.��� b. Projects similar in size to this project include: Projects considered similar in size would be multistory facilities with a minimum of 150,000 square feet. This square footage may be a combination of multiple facilities, provided all work was completed under a single contract. c. Based on the information above, for each project submitted, include: 1)� Status of contract (complete or ongoing) and the date(s) when it was or will be completed. 2)� Scope of the project. 3)� Description of facility maintained (square footage, number of stories, and primary function of the facility). 4)� The percentage of maintenance work that was self-performed. 5)� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting (DEVIATION 2019-O0003); they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm�s own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Kelsie.Hall@usace.army.mil. If you have questions please contact Kelsie Hall at (502) 315-6201. This is NOT a Request for Proposal 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. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e7e70d67e9204d508db4122df06f96de/view)
- Place of Performance
- Address: Columbus, OH, USA
- Country: USA
- Country: USA
- Record
- SN05583679-F 20200311/200309230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |