MODIFICATION
Z -- Building Operations & Maintenance Services
- Notice Date
- 4/1/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Michigan Contracting Team (5P2PQDA), Please consult the notice or Solicitation documents for address information, United States
- ZIP Code
- 00000
- Solicitation Number
- GS05P15SVD0045
- Point of Contact
- Shawna E. Ramthun, Phone: 6167322701
- E-Mail Address
-
shawna.ramthun@gsa.gov
(shawna.ramthun@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- OFFERS DUE DATE EXTENDED TO 04-13-2015, SEE ATTACHED AMENDMENT 002 FOR DETAILS. SOLICITATION POSTED 03-06-2015 - OFFERS DUE 04-06-2015, SEE ATTACHED SOLICITATION FILE FOR DETAILS. SYNOPSIS POSTED 02-18-2015 - SEE ATTACHED SYNOPSIS FILE FOR DETAILS. SOURCES SOUGHT POSTED 12-29-2014 ***This is a request for interested parties only, this is NOT a request for proposals*** The General Services Administration is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Building Operations and Maintenance Services at the following locations: • Patrick V. McNamara Federal Building and Garage in Detroit, Michigan - 30 floor high rise building with approximately 1.1million gross interior square feet on 1.2 acres and 5 floor garage with approximately 216 parking spaces. • Howard Street Parking Lot in Detroit, Michigan - 1.6 acre surface lot with approximately 244 parking spaces. • Federal Building in Ann Arbor, Michigan - 5 floor building including basement with approximately 111,951 gross square feet on 2 acres including 93 parking spaces. • James M. Ashley and Thomas W.L. Ashley US Courthouse in Toledo, Ohio - 5 floor building including basement with approximately 93,286 square feet on 1.6 acres including 37 parking spaces. The requirements include providing all management, supervision, labor, materials, supplies, repair parts, tools and equipment necessary for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems. This includes but is not limited to: electrical systems and equipment; mechanical; plumbing; heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment; fire protection and life safety systems and equipment (the inspection, testing, and maintenance of all fire protection systems); Building Automation Systems (BAS); public address systems; computerized lighting systems; architectural and structural systems, fixtures, and equipment; service request desk operations using a computerized maintenance management system (CMMS) if available or by other means as well as other administrative functions; maintenance of landscape irrigation systems and lawn sprinkler; mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment); locks; keycard systems; vehicle barrier systems and static and dynamic bollard systems; dock levelers and roll-up and sliding garage doors; storm drainage systems; complete roofing system investigations and repairs; U.S. flag pole, lighting and pulley system; kitchen/concessions area drains; conveying equipment; parking control equipment, and loading dock equipment. One location also requires preventive maintenance on kitchen appliances and equipment (including ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment) and preventive maintenance for electric car chargers in the Garage. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220. The contract will be awarded around April 13, 2015 with a performance start date on or around July 1, 2015. The government anticipates awarding a one-year base with four one-year option periods. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, e-mail address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Friday January 9, 2015 at 3:00 pm EST. All responses under this Sources Sought Notice must be emailed to shawna.ramthun@gsa.gov. *************************************************************** SYNOPSIS 02-18-2015 The purpose of this acquisition is to procure Mechanical Operations & Maintenance Services for the following locations: Location 1: Patrick V. McNamara Federal Building and Garage, 477 Michigan Ave, Detroit, Michigan 48226 ; Location 2: Howard Street Parking Lot, 530 Howard St, Detroit, Michigan 48226 ; Location 3: Federal Building, 200 E. Liberty St, Ann Arbor, Michigan 48104 ; Location 4: James M. Ashley and Thomas W.L. Ashley US Courthouse, 1716 Spielbusch Ave, Toledo, OH 43604 The contractor shall provide all management, supervision, labor, materials, supplies, repair parts, tools, and equipment to provide full O&M services. Contractor shall provide inspection, testing, and maintenance of all fire suppression systems. Contractor shall provide all testing reports and inspection documentation for all mechanical, electrical, plumbing, life safety requirements and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services. The service will ensure the safety of the building mechanical operation and maintain building assets. The performance period for this requirement is a one-year base period with four one-year options. The estimated start date is July 1, 2015. This procurement is unrestricted and open to all business concerns. The NAICS code 238220 with a size standard of $14.0 million dollars. This is negotiated best value procurement. Proposals will be evaluated on price and non-price factors. A pre-proposal conference is tentatively scheduled to occur during the week beginning March 16, 2015 (the actual dates and details for each location will be stated in the solicitation). The solicitation will be available on or about March 6, 2015; the actual date for receipt of proposals will be stated in the solicitation. The solicitation will be available for download through the Federal Business Opportunities (FBO) (fedbizopps.gov) website. All interested vendors must be registered with this website in order to download the solicitation and amendments. Offerors will be responsible for downloading the solicitation and for monitoring FBO for amendments and/or additional information. All responsible small business concerns may submit a proposal which shall be considered by the agency. All offerors must be registered in the System for Award Management (SAM), located at www.sam.gov, in order to be considered for award. See the solicitation for more information. Locations #1, #2, and #3 in Detroit and Ann Arbor, Michigan are currently being performed by LB & B Associates, Inc., Columbia, Maryland. Currently monthly price is $121,921.46 for all three locations combined. Location #4 in Toledo, Ohio is currently being performed by Commercial Facilities Management, Inc., Indianapolis, Indiana. Currently monthly price is $9,243.79. Because these specifications are performance based, it is the responsibility of the offeror to review the entire solicitation and base their proposal on this forthcoming solicitation..
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d959fc617a9d751b7ddcd3f1b05693c5)
- Place of Performance
- Address: Detroit, Michigan, Ann Arbor, Michigan, Toledo, Ohio, See Solicitation File for details., United States
- Record
- SN03685603-W 20150403/150401234855-d959fc617a9d751b7ddcd3f1b05693c5 (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 |