Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2009 FBO #2937
SOURCES SOUGHT

M -- Facility Operation and Maintenance Services at the IRS Ogden Main Campus

Notice Date
12/7/2009
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Western (OS:A:P:B:W), 333 Market Street, Suite 1400, San Francisco, California, 94105-2115
 
ZIP Code
94105-2115
 
Solicitation Number
TIRWR-10-OGDEN
 
Archive Date
1/29/2010
 
Point of Contact
Ashley Loper, Phone: 510-637-2126, Denise G Alvarez, Phone: 510-637-2133
 
E-Mail Address
ashley.loper@irs.gov, denise.alvarez@irs.gov
(ashley.loper@irs.gov, denise.alvarez@irs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Internal Revenue Service Ogden Campus Main Building Facilities Operations & Maintenance Services Sources Sought Notice THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The purpose of this notice is to gain knowledge of potential qualified small business concerns capable of performing operation and maintenance services under North American Industry Classification System (NAICS) code 238220 for plumbing, heating and air-conditioning contractors. The small business size standard is $14M. A review of the responses to this sources sought announcement will assist the Government in determining if competition should be restricted to small business concerns and may result in a solicitation announcement being published in the Federal Business Opportunities on or about February 01, 2010. The Internal Revenue Service (IRS) has a requirement for critical facility operation and maintenance services including operations and maintenance of a critical data processing center and related facilities. Basic services shall include operations, repairs, and maintenance of critical static uninterruptible power supplies in parallel (2-450 and 2-225 KVA’s) and emergency generators in parallel (2-1,000 KVA north bldg & 3-KVA south bldg), two UST’s, Print and Data Center HVAC, DX and chilled water units, central cooling and heating plant, plumbing and electrical systems, building temperature control, routine equipment checks and inspections, equipment room and contractor space maintenance, painting and corrosion control, utility meter monitoring, water treatment services, routine, urgent and emergency service call management, and preventive maintenance performance and scheduling of equipment, and new construction projects limited to <500k. Services also include seasonal snow removal of the building parking lots, roadways, atriums, and sidewalks. Services will be performed at the IRS Ogden Main Building, Ogden Utah. The Ogden facility consists of two connected single story buildings totaling 526,000 square feet and houses an average of approximately 2450 employees, including a Correspondence Print Service (approx. 32,200 square feet), a Data Center (approx. 7,300 square feet), and an onsite Cafeteria, Child Care Center, and Credit Union. RESPONSE REQUIREMENTS: All small businesses are hereby invited to submit a statement of capability. Statements of capability MUST identify two (2) or more contracts (INCLUDING CURRENT POINT OF CONTACT INFORMATION) in which the interested party served as the prime contractor providing 24/7 operation and maintenance services in a facility of at least 300,000 Square Feet. Statements must specifically address capabilities to man a minimum of 2 – 450 KVA UPS units in parallel with 15 minutes of battery backup and 2 – 1000 KVA diesel-powered generators in parallel. Statements must also include a cover letter that includes the company name, address, telephone, facsimile, email address and business classification (small, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled veteran-owned small business, 8(a) and HUBZone). Interested parties shall respond with one hard copy of their capabilities statement. In addition to the hard copy, the capabilities statement shall be provided on a CD or DVD. The response shall be sent to the following address: Internal Revenue Service, Office of Business Operations, Attn: Ashley Loper (OS:A:P:B:W:A), 1301 Clay Street, Suite 810S, Oakland, CA 94612-5217. Responses and questions must be submitted electronically via e-mail or facsimile by 3:00 PM, PST no later than January 4, 2010. Oral responses and inquiries will be treated as non-responsive. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE IRS INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Contracting Office Address: Internal Revenue Service Western Area Branch Office of Business Operations (OS:A:P:B:W) 1301 Clay Street Suite 810S Oakland, CA 94612-5217 Place of Performance: Internal Revenue Service Ogden Campus 1160 West 1200 S Ogden, UT 84404
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSWPBAPFWR/TIRWR-10-OGDEN/listing.html)
 
Place of Performance
Address: Internal Revenue Service, Ogden Campus, 1160 West 1200 S, Ogden, Utah, 84404, United States
Zip Code: 84404
 
Record
SN02018307-W 20091209/091207234850-6a757ba0bcd660fdce660ae40995b8a7 (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.