SOURCES SOUGHT
S -- Montana Satewide Full Facilites
- Notice Date
- 10/30/2025 1:26:54 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- MTSatewideFullFacilites
- Response Due
- 11/17/2025 8:00:00 AM
- Archive Date
- 10/01/2026
- Point of Contact
- Tiffany L Campbell, Phone: 3032362539, Shantelle Brungardt, Phone: 720-705-7493
- E-Mail Address
-
tiffany.campbell@gsa.gov, Shantelle.brungardt@gsa.sgov
(tiffany.campbell@gsa.gov, Shantelle.brungardt@gsa.sgov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SYNOPSIS: General Services Administration is seeking viable qualified Contractors that have performed or have the capability to perform Complete Facility Support Services (which includes Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and Other related Services) in a Statewide contract in Montana . This procurement is pursuant to NAICS CODE 561210 Complete Facilities Maintenance & Management (Maintenance & Repairs). Locations to include but not limited to: MONTANA TSA LOCATION(S): Billings, MT 59105 291 SOUTH VIEW DRIVE BILLINGS LOGAN INT'L AIRPORT 1. MT5531ZZ (LMT15029) NOTE: This contract consists of a total of 1 property within the TSA vicinity MONTANA I-90 LOCATION(S): Billings, MT 59101 James F. Battin U.S. Courthouse 1. MT0050ZZ 2601 2nd Ave. N. Bozeman, MT 59715 Bozeman Federal Building and U.S. Post Office 2. MT0046ZZ 10 E. Babcock St. Butte, MT 59701 Mike Mansfield Federal Building and U.S. Courthouse 3. MT0004ZZ 400 N. Main St. NOTE: This contract consists of a total of 3 properties within the I-90 vicinity. MONTANA LAND PORT OF ENTRY LOCATION(S): Raymond, MT 59256 Raymond Land Port of Entry (LPOE) 1. MT0653AF Main Port Building w/Canopy 2. MT0654AF Commercial Inspection Building & Firing Range 3. MT0655AF Non-Commercial Inspection Building Highway 16 North @ Canadian Border Roosville via Eureka, MT 59917 Roosville Land Port of Entry (LPOE) 4. MT0705AG Main Port Building 5. MT0706AG Commercial Inspection Building 6. MT0707AG Secondary Inspection Building 7. MT0708AG Garage/Canopy/Booths Highway 93 North @ Canadian Border Piegan via Babb, MT 59411 Piegan Land Port of Entry (LPOE) 8. MT0555AE Main Port Building 9. MT0557AE Non-Commercial Inspection Building 10. MT0556AE Primary Commercial Inspection Building 11. MT0558AE Secondary Inspection Building/Canopy 12. MT0559AE Vehicle Garage 13. MT0560AE Indoor Firing Range 14. MT0561AE Water Treatment/Pump House 15, MT0563AE Generator Building #1 16. MT0590AE Piegan LPOE Emergency Generator Building #2 17. MT0591AE Piegan LPOE New Water Treatment BLDG 18. MT0592AE Piegan LPOE Wastewater treatment BLDG 19. MT0593AE Piegan LPOE Pumphouse @ ST Marys River Highway 89 North @ Canadian Border Chief Mountain via Babb, MT 59411 Chief Mountain Land Port of Entry (LPOE) 20. MT0501AD Main Port Building 21. MT0502AD Garage 22. MT0502AD Pump House Highway 17 North @ Canadian Border Havre, MT 59501 Havre Border Patrol Sector Headquarters (BPSHQ) 23. MT0042ZZ Border Patrol Sector Headquarters 24. MT0043ZZ Garage Building 25. NBN - Out Buildings 2605 � 5th Avenue SE Sweetgrass, MT 59484 Sweetgrass Land Port of Entry (LPOE) 26. MT0767AI Main Port Building 27. MT0768AI Commercial Inspection Building 28. MT0769AI Non-Commercial Inspection Building 29. MT0770AI Armory/Firing Range 30. MT0760AI VACIS 31. (Building # TBD) Hazmat Canopy 32. (Building # TBD) Small Storage Shed II I-15 North @ Canadian Border Turner, MT 59542 Turner Land Port of Entry/Climax Border Station (LPOE) 33. MT0055AW Main Port Building 34. MT0056AW Pump House/Water Treatment 35. MT0057AW Garage Highway 241 North @ Canadian Border NOTE: This contract consists of a total of 40 properties [34 GSA properties and 2 non-GSA properties (25. NBN-Out Buildings located in Havre, MT) within the land port of entry vicinities] and[1 within the TSA location and 3 properties along the I-90 vicinity). Description of Work: This requirement will provide facility engineering services to include holistic building operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, testing, inspection and repair of equipment and systems to include required contract reports/reporting. The operations and maintenance will include electrical systems and all associated equipment, including lighting/systems, high voltage power distribution equipment, multiple emergency backup power generators, solar power and all associated systems; mechanical, plumbing, energy management control systems, building automation systems (BAS), advanced meters, smart building programs and associated equipment and heating, ventilation, and air conditioning systems and all associated equipment; fire protection and life safety systems and all associated equipment in accordance with NFPA 72; architectural and structural systems, fixtures, and all associated equipment; service call management within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions; maintenance of garages, dock doors, overhead roll-up doors, folding garage doors and vehicle barriers to include ADA door openers within this facility; domestic water equipment, and systems; water fountains, water bottle refill stations, an ice/water dispenser and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the Contracting Officer�s Representative; roofs, anchors, davits and associated roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair. The buildings are made up of misc.-type building (to include: Inspection buildings, garages, firing ranges, water treatment centers, pumphouses, generator buildings, etc.) secured/unsecured building space, restrooms, stairwells, public elevators, elevator lobby, conference rooms, kitchenettes, administrative, fitness center, loading dock and a traditional ground level building loading dock. There is a need for a highly qualified contractor to provide a wide variety of maintenance and services for the associated buildings and willing to partner with the Government. The tenants occupying the buildings require continuous building operation to support their agency operations/mission. It is imperative that the selected contractor has experience successfully maintaining and operating multiple-tenant, multi-story buildings, multiple facilities (that contain multiple buildings within each facility), high-security areas and individually conditioned IT server rooms. Specialist services will be required with this procurement for specific land port of entry (LPOE) properties to include: Custodial and Maintenance Services for Indoor Firing Ranges Piegan LPOE Water Treatment BLDG Commercial Propane Tanks Other services required with this procurement for Montana I-9 and Land Port of Entry (LPOE) properties include: Asphalt Sealing and Striping The resultant contract will be a firm fixed-price contract for a one-year base, with nine one-year options. The contractor will have a transition period tentatively starting August 1, 2026 to September 30, 2026, at no cost to the Government, with actual performance period commencing on October 1, 2026. Information Requested: Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information. Any responses to this SPECIAL NOTICE as it relates to any sources sought should reference �Montana State Wide� and shall include the following information: Company Information: Name, address, business size. Unique Employee Identification (UEI): Company status: *Company size and applicable socioeconomic status Affiliate information: parent company, joint venture partners, and potential teaming partners. Schedule Contract (if Applicable): Schedule contract number, SINs, and the final expiration date of the FSS Contract Subcontracting: In accordance with FAR 52.219-14, Limitations on Subcontracting, contractors must perform at least 50 percent of the cost of the contract. Identify requirements your company will perform with in-house employees vs Subcontracted. Provide areas of expertise and certifications your company holds that will provide a value to this requirement. Relevant Experience: Provide summaries for one to three similar projects (as described in the attached draft Performance Work Statement) that demonstrate the small business firm's relevant experience in Facility Maintenance to include Facility Engineering, Operation and Maintenance, Custodial, Pest Control, Snow Removal, Indoor Firing Ranges, Water Treatment Plants/Systems, Commercial Propane Tanks, Asphalt Sealing and Striping. Identify experience with Land Port of Entires and services on remote locations. Identify experience with Water Treatment Plans/Systems Identify if you have any pre established relationships with Subcontractors in any of the identified locations. Any other pertinent information that would make the responding company qualified for this effort. Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-8) as stated above. All responses are due As soon as possible but no later than Monday November 17, 2025 at 9:00 AM MST and shall be submitted to: Tiffany Campbell: Recurring Contracts Contracting Officer, tiffany.campbell@gsa.gov Shantelle Brungardt: Recurring Contract Specialist, shantelle.brungardt@gsa.gov The sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/523275da05aa4238bd346ee0305ceda1/view)
- Place of Performance
- Address: Helena, MT, USA
- Country: USA
- Country: USA
- Record
- SN07632256-F 20251101/251030230037 (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 |