Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
MODIFICATION

Z -- National Foreign Affairs Training Center ( Schultz Center) Operations & Maintenance - Draft Performance Work Statement (PWS)

Notice Date
4/14/2016
 
Notice Type
Modification/Amendment
 
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
SAQMMA16I0006
 
Archive Date
12/8/2015
 
Point of Contact
Paul Virostek, Phone: 7035161560, JoAnn B Carroll, Phone: 703-875-6038
 
E-Mail Address
virostekp@state.gov, carrolljb@state.gov
(virostekp@state.gov, carrolljb@state.gov)
 
Small Business Set-Aside
Partial Small Business
 
Description
Draft Performance Work Statement (PWS) Description: Sources Sought Notice is issued by the Department of State (DoS) when performing market research to determine the capabilities of small businesses that can perform on one or more line items. This is a Request for Information (RFI) announcement to determine the feasibility of a potential set-aside for small businesses. This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on the submission of this RFI nor does it intend to pay for any costs incurred in response to this announcement. The DoS reserves the right to terminate this request and change its requirements if needed. Responding to this RFI does not guarantee participation in future DoS activities. Background: The U.S. Department of State's (DoS) Office of Facilities Management Services (FMS) supports the Department's worldwide diplomatic missions by providing safe and comfortable work environments in domestic facilities through efficient facilities management practices that are consistent with federal property management policies and by promoting occupational health and safety, environmental sustainability, and resource conservation. Place of Performance: National Foreign Affairs Training Center (Schultz Center) 4000 Arlington Boulevard Arlington, VA 22204 Site Visit: DoS intend to hold a site visit on May 6, 2016 at 11:00 AM at National Foreign Affairs Training Center (Schultz Center), 4000 Arlington Boulevard, Arlington, VA 22204. Companies interested in participating in this site visit must notify Mr. Sorrell, Joseph via email to SorrellJL@state.gov of their intent. No companies will be allowed to participate in the site visit without prior written notification of their intent to attend. Companies must submit attendee information as requested below to Mr. Sorrell no later than Close of Business April 22, 2016. Approved Passes will be sent to interested companies NLT April 30, 2016. Information to be included in email request is as follows: Company Name Company Address Name of Attendee(s) Email of Attendee(s) Title of Attendee(s) Phone number of Attendee(s) Date of Birth of Attendee(s) Automobile Vehicle Tag, Make and Model Work Requirement: The contractor shall be responsible for providing and managing all of the administrative and technical services, materials, supplies, and equipment, for the operation, maintenance, repair/replacement, preventive maintenance, installations and alterations of the buildings, building equipment and systems; plumbing, mechanical, electrical, fire suppression system, fire extinguishers, energy management and building architectural systems; building custodial services; snow removal; landscaping; parking lot maintenance; trash; recycling, space improvements and reimbursable facility alterations, in accordance with the specifications of the contract. The contractor shall actively participate in third party management system certification programs pursued by the DoS. Such programs may include but are not limited to the following: US Green Building Council Leadership in Energy and Environmental Design for Existing Buildings Operations and Maintenance (LEED EB O&M), Green Globe, the Occupational Safety and Health Administration's Voluntary Protection Program (VPP) and the Environmental Protection Agency's Performance Track Program. The Contractor shall provide energy management for the Campus and be required to reduce the energy intensity (BTU/square foot) from the FY15 baseline for gas and electricity by 2.5% per annum and the water intensity (gal/square foot) by 2% annually for the period performance for the total Campus. Proposed North American Industry Classification System (NAICS) Code 561210 - Facilities Support Services. Size standard is $38.5 million. Standard Industrial Code (SIC) code is 8744 - Facilities Support Management Services. Comments on this NAICS code and suggestions for alternatives must include supporting rationale. This NAICS code is subjected to change if necessitated by the responses to the RFI. MARKET RESEARCH - REQUEST FOR INFORMATION (Capability Statement) Instructions: 1. The RFI (Capability Statement) response should be concise and focused and not exceed twenty (20) total pages including cover pages, table of contents etc. 2. Text no smaller than 10 point. Text included in graphics, tables, and figures can be no smaller than 9 point. 3. Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed or considered. 4. Do not submit cost or price information with the response. 5. Electronic version of your response only in Microsoft Word 2010 compatible files to: Mr. Paul Virostek via email to VirostekP@state.gov. The due date and time for submission of responses is 3:00 PM (EDT) June 21, 2016. 6. No phone calls related to this RFI will be accepted. All correspondence shall be via email. 7. Questions submitted on or before May 20, 2016 will be answered. Question(s) received after that date is not guaranteed to be answered. Period of Performance: One (1) base year with four (4) one (1)-year options. MARKET RESEARCH - CAPABILITY STATEMENT REQUIREMENTS A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements. A viable interested party shall provide relevant, applicable examples with details of previous effort or solution implementations, to include the physical location(s). Content: Company and Contact Information: 1. Company Name and Address, 2. DUNS/CAGE 3. Contact Name, Title, Phone Number, Fax Number, and E-Mail Address; Socio Economic Status(s) under NAICS Code 561210; 4. GSA Schedule Contract Number (s), Other Federal/State contract vehicles, and BPAs; 5. Provide a brief Organizational history and capabilities statement; 6. Geographic location(s) of office(s) and number of full time employees at each location; 7. Identify the number of full-time (40hrs./wk), direct hire employees currently listed on your 2015 W-3 Form, 2015 State quarterly wage report and 941 Tax Form. Business Capabilities: The U.S. Department of State's Office of Facilities Management Services (FMS) is seeking only qualified, experienced sources interested in performing the services as described in the Draft Performance Work Statement (PWS). The DoS/FMS will consider partial support responses from contractors. Interested contractors who feel they can fully support this requirement must furnish the following information if directly requested or an acknowledgment that you read those paragraphs containing information relevant to a potential proposal: 1. A description of your corporate capabilities regarding the services being procured as described in the draft PWS and this RFI. The CLINs are based on the current incumbent contract and are to be used only as reference. Based on expected Small Business input, DoS will look into expanding the below framework structure to allow portions to be used for a SB set aside contract(s). The below CLINs have been structured in expectation that not all services can be achieved by a single small business without violating FAR clause 52.219-14. CLIN XX01- FFP Services for the Operations and Maintenance, Preventive Maintenance, and Repairs under $5,000.00 per occurrence. Sub CLIN XX01 - Plumbing Sub CLIN XX02 - Mechanical Sub CLIN XX03 - Electrical Sub CLIN XX04 - Fire Extinguishers /Fire Suppression System Sub CLIN XX05 - Energy Management Sub CLIN XX06 - Landscaping Sub CLIN XX06 - Landscaping CLIN XX02 - FFP Services for Custodial and Snow Removal. Sub CLIN XX01 - Parking Lot Maintenance Sub CLIN XX02 - Trash/Recycling CLIN XX03 - Services for building alterations and installation of equipment/systems, services for architectural/structural maintenance repairs that exceed $5,000.00 dollars, repair pre-existing conditions, as well as actual labor costs of the replacement/repair parts and materials for those services specified (See Draft PWS, Section C, C.13). 2. A description of where and details of how you have provided these services in the past. Within the page count described above, you may include as many examples as necessary to convey the breadth and depth of your corporate capabilities. Please include: a. Client organization and point(s) of contact b. Brief description of the scope of the work and the results achieved c. Contract and task order number d. Annual dollar value of services provided e. State whether your company was a prime or sub-contractor 3. Type of business, (e.g., small, small disadvantaged, women-owned, HubZone etc.,) under NAICS Code 561210. 4. List three (3) references for the most recent and relevant contracts directly related to the requirement in the draft PWS. 5. Facility Clearance: Do you currently have an active Top Secret (TS) facility? A current TS Facility clearance is required to be qualified for consideration. Since it will be necessary for some Contractor personnel to have access to classified material and/or to enter into areas requiring a security clearance, each Contractor employee requiring such access must have an individual security clearance commensurate with the required level of access prior to contract award. To include day and night custodial mangers shall also require TS clearances. Individual clearances shall be maintained for the duration of employment under this contract, or until access requirements change. 6. Deductions: Please submit your acknowledgement that deduction penalties will be written into the contract. During the life of the contract, Contractor performance will be documented by means of written inspections, minutes of meetings, DOS/customer surveys, contract compliance reviews, non-refuted deductions, and records which will be retained as part of the official contract file. Inadequate performance is just as undesirable as non-performance. Therefore, the Deduction Table calculations set forth in draft PWS, shall take precedence over the contract price in Section B or the cost of the Reimbursable Work Authorization (RWA) Projects. Contractor deductions shall increase at the same percentage rates are the hourly staffing deductions at three (3) times the billing rate of the contract. It is the Governments desire to have all work performed in accordance with the contract requirements, however in the event that the Contractor fails to perform in accordance with the terms and conditions in the contract, deductions will be enforced until the terms and conditions of the contract are met. 7. Required Performance Bonds: Please submit your acknowledgement that a bond will be needed before a contract is awarded and acknowledge that any future proposal submittal will be non-compliant if it does not include signed verification from a financial institution as part of the cost proposal. Contractor shall be required to obtain at a minimum surety bond of $250,000.00, prior to contract award in accordance with the Federal Acquisition Regulation (FAR) 28.103- Performance and Payment Bonds for Other than Construction Contracts. Performance Bonds - also known as a contract bond which is a surety bond, issued by an insurance company or a bank to guarantee satisfactory completion of a project by a contractor. The bid, performance, and payment bonds are intended to protect the government against contractor failure and nonpayment of deductions listed in Paragraph 6. The costs associated for the surety shall be the sole responsibility of the Contractor and not the Government. 8. Required Key Personnel: It is understood that companies cannot afford to have a pool of unbillable people waiting for the next award. List each labor category and if you currently have a person that can fulfill that requirement. If you have a person, can that person be removed from his current job and be assigned to this effort if you received an award? How many months would the person be borrowed for this effort before they would need to return to their original job? List all relevant licenses and certifications attained by your personnel associated with the labor category. The categories are: Project Manager, Chief Engineer, Planner Estimator, 3rd Class Steam Engineers, Journeyman Refrigeration Mechanic, Journeyman Electrician, Journeyman Plumber, Journeyman A/C Mechanic, Maintenance Mechanics, Painter, Planner/Scheduler, Energy Manager, Environmental Safety and Health Specialist, Computerized maintenance management system (CMMS) Specialist, who are experienced and credentialed within their respective profession as well as the support staff. Please state if you have dedicated recruiter personnel or if you use other means to find qualified personnel. Please state your process to recruit personnel to fill the above labor categories to include the necessary licenses and certifications mentioned through this RFI. Please state your company process to back fill personnel who attend training? The below four sections require no additional information from you, but please acknowledge you have read them. A. Licenses: The Contractor shall provide a Chief Engineer with a valid 1st class Steam Engineer License; 3rd Class Engineer, A/C Mechanic, and Refrigeration Mechanic, shall possess a Journeyman license and Electricians shall possess a valid Electrical License at Journeyman Level. Plumber shall be at a minimum of the Journeyman Level. The Certified Energy Manager must be a Licensed Professional Engineer with an energy management credential (e.g., AEE CEM, ASHRAE Building Energy Assessment Professional, ASHRAE Building Energy Modeling Professional, etc.) He/she must have a minimum of a BS degree and 10 years HVAC/Electrical/Energy Analysis Experience. The contractor shall have experience with Life Cycle Cost Analysis, experience in the Construction Field, and experience with Performance Contracting. Must have demonstrated knowledge of Building Automation Systems (BAS); experience with building operations and management and building energy management; and demonstrated understanding of EPA's Energy Star Certification Program. B. Resumes: All Contractor personnel to include key personnel, engaged in operation, energy manager, maintenance, supervision, and repair activities at NFATC shall have their resumes submitted with the Contractor's proposal. Resumes shall include a copy of each employee's current licenses as required in PWS. It shall be the responsibility of the Contractor to keep all certificates of training, licenses, and permits current and submit a copy to the COR annually. C. New or Replacement Employees: The Contractor shall provide the same required documentation for all new employees hired after the contract performance start date and shall submit such information to the COR not later than ten (10) days before the scheduled start date on the contract. D. Training: As part of the fixed price contract, the Contractor shall be required to provide no less than three (3) days, or twenty-four (24) hours of factory training on the Trane Summit System as well as the Trane Building Logix System to all employees engaged in the Operation Maintenance and Repair functions annually. 9. Environmental Health and Safety: Please list the number of personnel you currently employ that are environmental, health and safety (EHS) certified. Please explain your current EHS program and list how many sites you can use for verification of capability (a.k.a. past performance). The Contractor's future proposal must provide to the Government that the Contractor has a robust environmental, health and safety (EHS) program in place. The Contractor's proposal shall at minimum have a full-time, experienced and credentialed, EHS professional on staff with a Certified Industrial Hygienist (CIH) or Certified Safety Professional (CSP). The Contractor is responsible for developing and implementing OSHA-compliant, contract-specific health and safety programs and procedures to be used under this contract, including the development of task specific job hazard analyses. The Contractor must ensure that all personnel performing work under this contract are qualified and/or certified to perform the work, must demonstrate an effective EHS training program for all staff, and have quality assurance procedures in place to review the EHS management program to evaluate EHS regulatory compliance and program effectiveness. An off-the-shelf EHS Plan is not acceptable - it is required to be contract-specific and job-specific to this Campus and its facilities. It is required that all qualified firms submit a recent EHS for a similar site (Contract/Task Order) as a verification of capability. 10. Required Custodial Services: Please submit your acknowledgement of this paragraph and list if you currently have custodial managers who have current TS clearances. Please state the physical location of these custodial managers. Please note that Government investigations are taking longer than one year to adjudicate TS applicants. The Contractor shall develop and implement on a DoS supplied Form 1825 (or equivalent), Custodial Program to include a snow removal plan. Schedules shall be formulated to provide the standards listed below and be flexible to meet the DoS's alternate needs. The types of buildings include but are not limited to the NFATC that has a gross area of 623,547 Square Footage (SF) to include several high priority areas and a childcare center. The Foreign Service Institute (FSI) has several buildings to include a Conference/Dining building; Visitor Center; Administrative building; Gymnasium building; Central Plant building; two (2) Cottage buildings. The Contractor shall furnish the required cleaning supplies, materials, and equipment for all custodial services, to include the same for the utility workers. Should the Contractor fail to furnish these supplies upon request, the Government will purchase them and the Contractor shall be assessed all associated costs. All cleaning methods shall conform to industry standards. Day and night custodial managers shall have upon award a TS Clearance. 11. Metering Requirements: Please submit your acknowledgement of this paragraph and state if you have processes currently in place to meet EO 13693. The contractor shall monitor and maintain meters on the Trane Tracer Building Automation System (BAS). These meters will be needed to measure building energy consumption for monthly energy consumption data entries in EnergyStar Portfolio Manager, the required federal building energy benchmarking tool (EnergyStar Portfolio Manager Data entry to be done by government). To meet the 2.5% annual energy intensity reduction goal of EO 13693 (see referenced Implementing Instructions for EO 13693) building level meter data will be necessary to benchmark and manage building energy consumption. The contract shall monitor and maintain building energy meters to provide monthly building energy consumption reports. The monthly building energy consumption data will be reconciled with utility bill data. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-11-19 10:29:42">Nov 19, 2015 10:29 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-04-14 09:09:01">Apr 14, 2016 9:09 am Track Changes The due date for submission of requested access for the site visit is April 22, 2016. The due date for submission of questions is May 20, 2016. The due date and time for submission of responses is revised to 3 pm (EDT), June 21, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16I0006/listing.html)
 
Place of Performance
Address: National Foreign Affairs Training Center (Schultz Center), 4000 Arlington Boulevard, Arlington, Virginia, 22204, United States
Zip Code: 22204
 
Record
SN04085038-W 20160416/160414235227-31034fcbd63a1eb17cba13b3b1dde70b (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.