Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOURCES SOUGHT

R -- Facilities Maintenance Support Services

Notice Date
12/17/2024 3:01:16 PM
 
Notice Type
Sources Sought
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
STRATEGIC WEAPONS FAC PAC FINANCIAL SILVERDALE WA 98315-6499 USA
 
ZIP Code
98315-6499
 
Solicitation Number
N0003025C4003
 
Response Due
12/27/2024 2:00:00 PM
 
Archive Date
01/11/2025
 
Point of Contact
Tabbatha Austin, Phone: 3605643069, Antwain Johnson, Phone: 2024513250
 
E-Mail Address
tabbatha.austin@swfpac.navy.mil, antwain.johnson@ssp.navy.mil
(tabbatha.austin@swfpac.navy.mil, antwain.johnson@ssp.navy.mil)
 
Description
1. General: This is a service contract to provide on-site facilities maintenance and support services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform on-site facilities maintenance and support services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: The Department of the Navy, Strategic System Programs (SSP) requires on-site facilities maintenance support to accomplish tasks located at the SSP Headquarters (SPHQ) building, located at 1250 10th Street SE, Washington Navy Yard, DC 20374. 1.3 Objective: To have sufficient types of trained, qualified, or certified Contractor personnel as required by the Government to perform the requirements of each task issued and to perform each of the listed duties and functions of this PWS as stated below. 1.4 Period of Performance: The period of performance shall be for one (1) Base Year of 12-months and four (4) 12-month option years. 1.5 Hours of Operation: 1.5.1 Work hours shall be from 0630 am to 1630 pm. Each employee is required to work on-site at SPHQ for an 8.5-hour day, which includes a 30-minute non-paid lunch. Hours may be modified upon request with SPHQ Contracting Officer Representative (COR) prior approval to meet contractor travel or personal needs. 1.5.2 The contractor is responsible for conducting business Monday thru Friday, except Federal holidays, or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. 1.5.3 Recognized Holidays: The contractor shall not perform work on the following Federal Holidays: New Year�s Day, Martin Luther King�s Birthday, President�s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving, and Christmas Day. 1.6 Type of Contract: The government will award a Firm Fixed Price contract. 2.0 TASKS/REQUIREMENTS: 2.1 Facilities Technician I, Quantity (QTY) 1 2.1.1 Support facilities management and sustainment functions of SPHQ. 2.1.2 Conduct quarterly inventory reports (first report due 3-months after contract award, and then quarterly thereafter) of all equipment (vacuums, microwaves, Keurig�s, etc.), keys, supplies, and furniture posted on SP15 shared drive. CDRL A004 2.1.3 Assist with labor and installation for space modifications, reconfigurations and new furniture, or relocated furniture. 2.1.4 Manage preparation, coordination, checkout, and installation of Non-Technical Collateral Equipment, such as Furniture, Audio Visual, and Security System Equipment for facilities. 2.1.5 Assist with procurement, storage, inventory, and delivery of supplies, materials, and equipment. Provide support for facility maintenance and new work requests, escort service personnel, interface with customer and track requests. 2.1.6 Support facilities key management for internal spaces, furniture/cubicles and storage units. 2.1.7 Provide escort service for all maintenance and project contractors on an as-needed basis. 2.2 Facilities Technician II, QTY 1 2.2.1 Process/deliver supply orders. 2.2.2 Support SSP SP15 procurement by maintaining supply inventory, and developing and delivering supply lists for reordering of supplies and materials, reviewing specifications and coordinating requests with government purchase cardholder. CDRL A003 2.2.3 Assist with procurement of supplies, material, services, delivery and installation of supplies and equipment at SPHQ. Keep office supply stock replenished and maintain storage rooms, supply closets, etc. 2.2.4 Provide escort service for all maintenance and project contractors on an as-needed basis. 2.2.5 Provide labor for furniture reconfigurations, room modifications, and safe relocations as required. 2.2.6 Provide restocking, labeling and organization of storage rooms and equipment as required. 2.2.7 Support SPHQ safety, emergency management, fire inspections and provide Building 200 fire warden extinguisher inspections. 2.2.8 Support the telecommunications program at SPHQ and serve as liaison with service vendor for all repairs, maintenance, customer requests and new work. 2.3 Facilities Maintenance Technician, QTY 1 2.3.1 Provide a variety of maintenance duties to include, but not limited to, preventative maintenance, basic repairs, cosmetic upkeep (touch-up painting, patching holes, etc.) and simple appliance/machine installations. 2.3.2 Provide, deliver and maintain facility-related documents (examples include: inventory documentation, completed work tickets/jobs, etc.) throughout the contract period posted on SSP SP15 shared drive. 2.3.3 Provide carpentry tasks that include, but are not limited to, assembly of furniture, hanging pictures, mounting of storage solutions, carpet tile installation, and other minor repair tasks 2.3.4 Provide drywall maintenance and repairs that include, but are not limited to, patching holes and repairing the damaged holes or other damages, etc. 2.3.5 Apply interior paint and stain as needed, to walls, ceilings, doors, furniture, baseboards, etc. 2.3.6 Provide minor plumbing tasks that do not require special licensing to perform tasks, such as fixing leaking faucets, installing or repairing showerheads, and removing or applying caulking. Work would not include such tasks as replacing pipes or work on water mains. 2.3.7 Provide minor electrical tasks that do not require special licensing to perform tasks, such as replacing light bulbs, replacing a light switch, etc.. Work will not include such tasks as high voltage and/or electrical wiring work. 2.3.8 Provide miscellaneous maintenance and basic repairs utilizing a variety of hand tools, power tools and maintenance related machinery. 2.4 Facilities Lead, QTY 1 2.4.1 Support facilities management and sustainment functions of SPHQ. 2.4.2 Continuously monitor the SP15 Service Request platforms for facilities issues and supply requests. Responsible for implementing and delivering a system to task and track all service requests to ensure completion by the appropriate team member. CDRL A002/CDRL A005 2.4.3 Provide technical and administrative support in the investigation, analysis and resolution of all facilities sustainment projects and future facility related initiatives; to include facility planning, design, document production, and project administration for the execution of facilities related projects. 2.4.4 Assist with identifying changes/new requirements for space modifications, reconfigurations and new furniture, or relocated furniture. 2.4.5 Assist in the development of facilities requirements, technical briefs, and acquisition documentation to include but not limited to supply requests, DD Form 1450, scopes of work, work schedules, and sequencing plans for the mitigation of mission impact. 2.4.6 Provide project management and team supervision support. 2.4.7 Provide and maintain facility-related documents posted on SP15 shared drive. Coordinate and compile the CDRLs as required. 2.4.8 Assist in the development of facilities requirements, technical briefs, and acquisition documentation to include but not limited to supply requests, scopes of work, work schedules, and sequencing plans for the mitigation of mission impact. 3. PERSONNEL REQUIREMENTS: 3.1. The Contractor shall employ Facilities Technician I personnel at SPHQ to perform the following minimum requirements: 3.1.1 Security Clearance: SECRET security clearance per the attached DD254 (Contract Security Classification). 3.1.2 Education: High School Diploma required. 3.1.3 Experience: 2-4 years of facilities management experience. 3.1.4 Skill sets: Facilities Technician I personnel shall have the following skills 3.1.4.1 Formatting, processing and records maintenance for official documents; 3.1.4.2 Microsoft Office software, including Outlook, Word, PowerPoint, Project, and Excel; 3.1.4.3 Schedule appointments and correspond via email; 3.1.4.4 Proactive and collaborative with a strong attention to detail; and 3.1.4.5 Mature and independent judgment and initiative. 3.2 The Contractor shall employ Facilities Technician II personnel at SPHQ to perform the following minimum requirements: 3.2.1. Security Clearance: SECRET security clearance per the attached DD254 (Contract Security Classification). 3.2.2. Education: High School Diploma required. 3.2.3. Experience: 2-4 years of facilities maintenance experience. 3.2.4. Skill sets: Facilities Technician II personnel shall have the following skills: 3.2.4.1. Understands maintenance, sketches, plans/blueprints, and procedure manual and safety rules; 3.2.4.2. Microsoft Office software, including Outlook, Word, PowerPoint, Project, and Excel; 3.2.4.3. Schedule appointments and correspond via email 3.3.4.4. Proactive and collaborative with a strong attention to detail; and 3.2.4.5. Mature and independent judgment and initiative. 3.2.4.6 Be able to lift up to 50 pounds, and the ability to perform prolonged periods of bending, squatting, walking, and standing. 3.3 The Contractor shall employ Facilities Maintenance Technician personnel at SPHQ to perform following minimum requirements: 3.3.1. Security Clearance: SECRET security clearance per the attached DD254 (Contract Security Classification). 3.3.2. Education: High School Diploma Required 3.3.3. Experience: 5-10 years of maintenance experience. 3.3.4. Skill sets: Facilities Maintenance Technician personnel shall have the following skills: 3.3.4.1. Proven maintenance experience; 3.3.4.2. Skilled in the use of hand and power tools; 3.3.4.3. Experience with precision measuring instruments or electronic testing devices; 3.3.4.4. Experience performing routine maintenance; 3.3.4.5. Proactive and collaborative with a strong attention to detail; 3.3.4.6. Mature and independent judgment, initiative and follow-up skills; and 3.3.4.7. Ability to work independently and be highly responsive. 3.3.4.8 Be able to lift up to 50 pounds, and the ability to perform prolonged periods of bending, squatting, walking, and standing. 3.4 The Contractor shall employ Facilities Lead personnel at SPHQ to perform following minimum requirements: 3.4.1. Security Clearance: SECRET security clearance per the attached DD254 (Contract Security Classification). 3.4.2. Education: High School Diploma Required 3.4.3. Experience: 5-10 years of facilities program management experience. 3.4.4. Skill sets: Facilities Lead personnel shall have the following skills: 3.4.4.1. Proven management and leadership experience; 3.4.4.2. Project management skills (oversight and delegation of tasks); 3.4.4.3. Problem solving and decision making experience; 3.4.4.4. Communication and interpersonal skills; 3.4.4.5. Proactive and collaborative with a strong attention to detail; 3.4.4.6. Mature and independent judgment, initiative and follow-up skills; and 3.4.4.7. Ability to work independently and be highly responsive. 3.4.4.8 Be able to lift up to 50 pounds, and the ability to perform prolonged periods of bending, squatting, walking, and standing. 3.5 Substitution of Personnel: 3.5.1 No contractor personnel substitutions shall be made during performance of this contract unless these substitutions are necessitated by an individual's sudden illness, death, or termination of employment. In any of these events, the contractor shall promptly notify the Contracting Officer, COR, and the local assigned branch POC in order to coordinate the appropriate substitution as required by paragraph 3.5.2. 3.5.2 The contractor shall not make a substitution for any of such persons unless (1) the substitute has the qualifications stated in paragraph 3.0 (Personnel Requirements), and (2) the Contractor notifies the COR and the local assigned branch POC of any proposed substitution at least seven (7) calendar days in advance of the substitution. 3.5.3 The Contractor will, to the maximum extent possible, within 2 hours from the Contractor personnel start time, inform the COR of Contractor personnel expected to be absent. Contractor personnel absent from work for more than 2 weeks or affecting the performance of deliverables shall be replaced upon notice from the COR or Contracting Officer. Contractor personnel absent or expected to be absent for 30 days or more shall be replaced by the Contractor. 4. GOVERNMENT FURNISHED EQUIPMENT, WORKSPACE, AND INFORMATION: 4.1 Facilities, Supplies, and Services: The government-furnished property available for use is the following: (a) the government-furnished equipment (if any) identified below or in the schedule, specifications, exhibits, and/or attachments and/or (b) the equipment necessary for the performance of this contract that is accountable under the contract(s) listed below and is existing on the effective date of this contract, and whose use is authorized by, and in accordance with the conditions imposed by, the government activity that has cognizance over the equipment: 4.2 The Government will provide adequate workspaces for all assigned, on-site personnel. The office space will include telephones, computer hardware and software, photocopy and facsimile equipment, and office supplies necessary to perform work. 4.3 Information: The Government will provide the Contractor access to the following information: relevant Government organizations, information, and documentation, manuals, texts, briefs, and associated materials, as required and when available. The COR will provide coordination assistance to assist the Contractor in accessing required information. 5. GENERAL INFORMATION: 5.1. Quality Assurance: The government shall evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 5.2 Common Access Cards and SSP Badges: 5.2.1 The United States DoD/Uniformed Services Identification Common Access Card (CAC) is the standard identification card issued to authorized personnel within DoD. The Contractor shall ensure CAC with Public Key Infrastructure (PKI) are obtained for any Contractor personnel who require access to the Department of Navy�s computer networks or systems and/or will require regular access to Government installations, facilities, and ships for the duration of the contract. Fees associated with obtaining CACs are not reimbursable and shall be part of the contract firm-fixed-price. 5.2.2 SSP Badges are the standard identification card issued to authorized personnel within SSP. Fees associated with obtaining SSP badges are not reimbursable and shall be part of the contract firm-fixed-price. 5.3 Security Requirements: Contractor personnel performing work under this contract must have a SECRET at time of the proposal submission, and must maintain the level of security required for the life of the contract. The security requirements are in accordance with the attached DD254. 5.3.1 PHYSICAL Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 5.3.2 The Contractor shall adhere to SSP�s employee check-in and checkout procedures. The contractor shall complete all mandatory DoD/Navy/SSP training by the established deadlines. For required training, see Enclosure (1). 5.3.3 All contractor personnel shall possess and maintain a SECRET Clearance. Clearance is to be granted by the Defense Security Service. 5.3.4 Additional security requirements are identified in the Department of Defense Contract Security Classification Specification DD Form 254 (Enclosure (3)). Blocks 6 and 7 of that form will be finalized following contract award. 5.3.5 All contractor personnel shall be United States citizens. 5.3.6 The contractor shall comply with Enclosure (2), Electronic Transmission of Controlled Unclassified Information . Compliance with this directive is mandatory during the execution of efforts within this PWS. 5.4 Key Control: The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. NOTE: All references to keys include key cards. No keys issued to the Contractor by the Government shall be duplicated. The Contractor shall develop procedures covering key control that shall be included in the Quality Control Plan. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The Contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer. 5.4.1 In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the monthly payment due the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the monthly payment due the Contractor. 5.4.2 The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor�s employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 5.5 Lock Combinations: The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor�s Quality Control Plan. 5.6 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 5.7 Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 5.8 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. All contractor personnel will be required to obtain and wear badges above the waistline, keeping them visible at all times in performance of this service. 6. ENCLOSURES: 6.1 Enclosure (1): SSPINST 5500.1, Check-In and Check-Out Procedures for Resident Contractor Personnel of 7 NOV 2023 6.2 Enclosure (2): SSPINST 5230.11B, Electronic Transmission of Controlled Unclassified Information of 18 MAR 2024 6.3 Enclosure (3): Draft DD Form 254 CDRL�s LIST OF DELIVERABLES A001 � Expended Man-Hour Report A002 � Monthly Accomplishments A003 � Monthly Supply Inventory A004 � Quarterly Equipment Inventories A005 � End of FY Report (number of office moves, tickets completed, projects completed, etc.)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/05759db0455748f48a04476db0b432be/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN07295139-F 20241219/241217230124 (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.