SOLICITATION NOTICE
Z -- Interior and Exterior Maintenance
- Notice Date
- 4/24/2014
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-14-R-0014
- Archive Date
- 5/16/2014
- Point of Contact
- Antoinette J. Gregg, Phone: 7037671189
- E-Mail Address
-
Antoinette.Gregg@dla.mil
(Antoinette.Gregg@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The Defense Contracting Services Office has a requirement for Interior and Exterior Maintenance Services and intends to issue a formal Request for Proposals (RFP) in May 2014 via Federal Business Opportunity (FedBizOps). Documents will be posted to www.fbo.gov on or about May 12, 2014. The government's objective is to acquire a single source full service Interior and Exterior firm. The offeror must be capable of furnishing all management, labor, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications for buildings and structures stated below. The offeror shall plan, schedule, coordinate, and assure effective performance of all services described herein. This work includes but is not limited to the following functional areas: (1) Maintenance and repair services including replacement of constituent materials necessary for the interior and exterior maintenance of building and structures, including the adjacent Parking Garage. (2) Maintenance, repair and replacement of overhead door equipment and associated systems. (3) Maintenance, repair and replacement of dock leveler equipment and associated systems. (4) Window Cleaning, Skylight cleaning, All Concrete precast Façade cleaning, Ledge Cleaning, and Canopy Cleaning. (5) Service Calls. A scheduled site visit date will also be released during the solicitation release. The purpose of the requirement is to obtain operation, maintenance, service, repair, replacement and minor construction/alteration services for buildings, structures and related systems and equipment services for buildings, structures and related systems and equipment at the Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2462, located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060, the Defense Threat Reduction Center (DTRC), Building 2462A, Child Development Center (CDC), Building 2468,(MRSF) Material Receiving and Shipping Facility, Building 2480, Gates 1 and 2 Structures on John J Kingman, Gate 3 Structure Wills Road, The Pavilion, and the Parking Garage. All building structures are within the HQC fence line The responsible contractor shall hold a current Facility Security Clearance and be capable of performing in accordance with standards outlined in the Performance Work Statement. Services include, but are not limited to, operation, maintenance, service, repair, replacement and minor construction/alteration services for buildings, structures and related systems and equipment services. The Contractor shall furnish all management, labor, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications for buildings and structures. The solicitation will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with Firm Fixed Price CLINs for routine maintenance services. The base period will be September 1, 2014 through 31 August, 2019) with a four (4) one-year option periods and a six month option to extend services through 28 February 2020. Recurring maintenance, repair, replacement and minor work services will be awarded as firm fixed price line items, some as monthly services and others as one-time annual services. Throughout the term of this contract there may be additional non-recurring requirements for minor facility alterations and/or Americans with Disabilities Act (ADA) upgrades not currently known but subsequently deemed necessary. This type of work will be separately priced and provided by the contractor as Indefinite Delivery/Indefinite Quantity work, which will become part of this contract by placement of task orders for services and incidental materials. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items; The basis of award will be done under FAR 15. This acquisition will be 100% small business set-aside. The NAICS code is 561210 - Facilities Support Services and the size standard is $35.5 million in average annual gross receipts. The successful contractor shall hold a current Facility Security Clearance and be capable of providing Interior and Exterior Maintenance Services. The successful offeror will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website www.fedbizopps.gov. No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must hold a Facility Security Clearance. Contractors must be registered in System For Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESS: Beverly.j.williams@dla.mil or antoinette.gregg@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-14-R-0014/listing.html)
- Place of Performance
- Address: 8725 John J. KIingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN03348609-W 20140426/140424235736-57e0ff01528fa768a618f30cfe598a71 (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 |