Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2024 SAM #8178
SOURCES SOUGHT

Z -- FBI Enterprise Facility Operations & Maintenance Indefinite Delivery / Indefinite Quantity

Notice Date
4/16/2024 10:55:55 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FBI-JEH WASHINGTON DC 20535 USA
 
ZIP Code
20535
 
Solicitation Number
15F06724R0000416
 
Response Due
4/30/2024 7:00:00 AM
 
Archive Date
05/15/2024
 
Point of Contact
Melissa J. Golicz, Contracting Officer, Linda S. Patterson, Acquisition Specialist
 
E-Mail Address
mgolicz@fbi.gov, Lspatterson2@fbi.gov
(mgolicz@fbi.gov, Lspatterson2@fbi.gov)
 
Description
The Federal Bureau of Investigation (FBI) is seeking capability statements from interested sources for the establishment of an Enterprise-wide Facility Operations & Maintenance (EFOM) IDIQ contract vehicle.� Enterprise-wide is defined as any FBI facility/site within the continental United States (U.S.) and U.S. Territories.��� The purpose of this Request for Information (RFI) will be to identify sources interested in performing full Facility Operations & Maintenance (O&M).� Some FBI sites are a Mission Critical Facility with Tier 3 Data Center.� Large and small businesses are invited to respond.� Teaming arrangements or Joint Ventures are encouraged.��� To be considered as a potential qualified source, an active Defense Counterintelligence Security Agency (DCSA) Facility Clearance Level (FCL) at the Top-Secret level with SCI eligibility is required at the time of proposal submission.� Failure to provide evidence of an active DD-254 will be cause for elimination from consideration. As per 13 CFR 121-03(h)(4): �Facility security clearances. A joint venture may be awarded a contract requiring a facility security clearance where either the joint venture itself or the individual partner(s) to the joint venture that will perform the necessary security work has (have) a facility security clearance.�� This RFI is not a Request for Proposal (RFP) or a promise to issue an RFP in the future.��� This RFI does not commit the Government to contract for any supply or service.��� The FBI is not seeking proposals and will not accept unsolicited proposals.��� The FBI will not pay for any information or administrative costs incurred in response to this RFI.��� Not responding to this RFI does not preclude participation in any future solicitation.��� If a solicitation is released, it will be synopsized on www.SAM.gov - the U.S. Government System for Award Management (SAM) website.� It is the responsibility of the potential responder to monitor this site for information pertaining to this requirement.��� ANTICIPATED PERIOD OF PERFORMACE:� The solicitation is anticipated to be released during the Summer of 2024, with a target award date of Fall 2024. The government anticipates a one-month transition period.� The contract duration is estimated to be a base one-year period with four one-year option periods and a 6-month extension if needed for a total of 66 months.��� ANTICIPATED CONTRACT TYPE:� The contract type being considered is a firm fixed price structure with the possibility of incentives.�� ANTICIPATED CONTRACT VEHICLE:�� Firm Fixed Price possibly with incentives.� OBJECTIVE:� It is the intent of the FBI to establish a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract with companies that specialize in providing Facilities O&M services for FBI locations that may include a requirement for a Mission Critical, Tier 3 Data Center capability.� This contract shall be available for use across CONUS and U.S. territories.� The following are known locations that may require Facility O&M in the future: 1) Washington, DC 2) In Virginia -�Quantico,�Vienna, and�Winchester� 3) Clarksburg, West Virginia� 4) Huntsville, Alabama� 5) Pocatello, Idaho� The FBI intends to compete subsequent Facility O&M requirements as Task Orders under this IDIQ to companies selected for an award of the IDIQ.��� SCOPE:� The scope of the work shall cover all Facility O&M services that exist within various locations within CONUS and U.S. territories.��� The contractor shall perform preventive maintenance, corrective maintenance and associated facility operation and maintenance tasks to include building and equipment repairs.� Contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform facilities operation and maintenance.� The work will be performed on a host of systems to include Heating, Ventilation, and Air Conditioning (HVAC) Systems, Cooling Towers, Condensers, Chillers, Boilers, Hydronic Piping systems, Electric utility distribution systems, Fire alarm and suppression systems, Elevators and Plumbing systems.�� �The FBI�s intent is for the contractor to provide skilled professional facility operations and maintenance services at various FBI operated leased and/or owned sites around the CONUS and U.S. territories. This contract will require licensed personnel in the mechanical, electrical, plumbing, building controls, carpentry, logistics, and critical support equipment trades.� Personnel will provide operations, monitoring, repair, and alteration of facilities, and facility systems.� Some locations include secure mission critical Tier III enterprise data centers, mission critical operations centers, or central utility plants that require 24/7/365 staff on site and may have elevated experience requirements. Individual sites will define the requirements for the services and positions for each Task Order.� SUBMITTAL INFORMATION:�� Responses should indicate this submission is in response to RFI#15F06724R0000416.�� Submit your interest No Later Than 10:00am EST on 4/30/2024 to the FBI Contracting Officer, Ms. Melissa Golicz at MGolicz@FBI.gov and Contract Specialist Ms. Linda Patterson at Lspatterson2@fbi.gov.� Please include the following information about your company for consideration.� Company Name, Address, Business Size and Unique Identification Number as registered on www.SAM.gov Capabilities Statement with two examples of similar size and scope of this requirement that supports the Contractor�s ability to provide services.� Acknowledgement of the Requirement for an active Facility Clearance at time of proposal submission.� Address any concerns or areas that may require further elaboration to better support the development of your proposal.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81bb79cdf5aa42cd8c11d559868df9d9/view)
 
Place of Performance
Address: Washington, DC 20535, USA
Zip Code: 20535
Country: USA
 
Record
SN07032598-F 20240418/240416230054 (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 |
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.