SOURCES SOUGHT
Z -- Worldwide Operations and Maintenance Services
- Notice Date
- 4/6/2015
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA15R0252
- Archive Date
- 5/5/2015
- Point of Contact
- Richard F. Walsh, Phone: 7038754227
- E-Mail Address
-
walshrf@state.gov
(walshrf@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought- Worldwide IDIQ for Operations and Maintenances Services Purpose: This is a Department of State (DOS) Sources Sought only. Contractors are requested to read and respond to the information below. The responses from this notice may be used as market research to determine an acquisition strategy for a competitive acquisition. The responses received (or lack thereof) in response to this notice may be used as a partial basis for the Contracting Officer's determination as to the appropriateness or inappropriateness of a small business or socio-economic set aside under the subsequent solicitation (RFP). The US Department of State, Office of Overseas Building Operations, Facilities Management Division (OBO/CFSM/FAC) provides American Facility Managers, technical assistance, and support for managing facilities abroad-including operations, maintenance, condition inspections, preventive maintenance programs, engineering technical support and all property related services. The Government is seeking information form eligible business firms capable of performing facilities support services for U.S. diplomatic missions around the world under a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract. All Service Disabled Veteran (SDV) small businesses certified HUBZone small businesses, certified 8 (a) small businesses, and other certified small businesses are encouraged to respond if they can provide worldwide integrated facilities support services for missions around the world. The Contractor shall provide all management, supervision, labor, training, transportation, materials, supplies, repair parts, tools and equipment to provide Operations and Maintenance (O&M), and other facilities related services for Government properties throughout the world, The Government requires a variety of support services including but not limited to: •Electrical Generation and Distribution •Mechanical Systems, Heating Ventilation and Air Conditioning (HVAC) •Building Automation Systems •Water Supply, Purification and Distribution •Sanitary Sewer and Waste Water Treatment Plant •Plumbing •Fire Alarm, Suppression and Life Safety Systems •Elevator Maintenance •Fuel Storage and Distribution for power generators and motor vehicle gas/diesel station •Roofing and Roofing Systems •Streets, driveways, curbs, gutters and paving •Building Trades •Technical Services, On-Site Support and Cleared Escort/Handyman Services •Janitorial and Waste Removal Services •Landscaping Services •Pest Control/Vector Control •Event Support, set-up and breakdown •Housing/Billeting Services •VIP/TDY Housing Support •Locksmith Services •Physical Security Maintenance •Vehicle Maintenance and Repair Services •Fire Fighting Services •Waste Management •Kitchen Equipment •Recreation Facilities, Gym, Pool Maintenance, Cable and Satellite TV Maintenance •Snow and Ice Removal and Control •Dog kennel Maintenance •Lock-Out Service •Staff Augmentation The contractor shall follow all relevant codes, regulation, Government guidance and written manufacturer's warranty requirements in executing the services of this contract, The Contractor shall furnish all necessary management, personnel, and other services (such as payroll) to carry out the scope of work under this contract, except those specifically designated to be provided by the Government. This will be a Firm Fixed Price Contract. The fixed price will include all work, including furnishing all labor, materials, equipment and services. The contract has a Base Period of one Year, and four Option Periods of one year each, for a maximum contract duration of five years. The appropriate NAICS code for this procurement is 561210. In order to be considered for award of this contract, interested offerors must possess or be able to obtain a Defense Security Service (DSS) Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Offerors already possessing a Top Secret FCL must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Participation of this request for information is voluntary, no compensation will be provided. All questions and responses should be submitted in writing via email to Walshrf@state.gov. This is not a request for proposal. This is for informal purposes only. No award will be made on the basis of responses received to this notice. Response Format: Responses must be submitted electronically, formatted in Microsoft word (any version). Margins must be 1" on all sides, to print on 8 ½ x 11" paper. Typeface must be times New Roman, 12-point font. Responses should be specific to the attached specifications. The page limitation shall be five (10) pages, but respondents are cautioned to keep marketing materials and non-specific information to a minimum. No responses shall be accepted via US Mail or fax. The deadline to submit information is April 20, 2015 @ 5:00 pm Eastern time. Response Content: Responses are only solicited from small business concerns. Firms should provide the following information: 1.Contractor's statement of interest and capabilities statement. 2. Relevant experience to include experience in performing efforts of similar value, size, and scope within the last five years including the contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. 3. Company profile to include the following: a.Number of employees b.Office location c.Available bonding capacity per contract d.DUNS number e.CAGE code f.Small business designation/status claimed g.Annual revenue h.Qualifications of team members with an emphasis on key roles.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15R0252/listing.html)
- Place of Performance
- Address: U.S. Missions around the World, Non-U.S., United States
- Record
- SN03690398-W 20150408/150406234829-8c712e757d52a00976e6e092b53fdc2f (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 |