Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
MODIFICATION

M -- Operation & Maintenance Service for Aggregated Group 1

Notice Date
4/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Triangle Service Center (WPZ), 7th & D Streets, SW, Room 7660, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
GS-11-P-16-DC-D-7006
 
Point of Contact
George R. Ceophas, Phone: 2022054964, Bonita Kenan,
 
E-Mail Address
george.ceophas@gsa.gov, bonita.kenan@gsa.gov
(george.ceophas@gsa.gov, bonita.kenan@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The original procurement notice posted with RFP-GS-11-P-16-DC-D-7006 for providing operations and maintenance (O&M) services at five Federal facilities in SW Washington DC under the GSA NCR Building Services Program (BSP) is amended to provide additional information about the requirement and the following secured documents (NCR Hard-Soft Matrix, Building Inventory for all five locations, CBAs for LBJ and both Wright buildings). Also, please be advised that the solicitation will require a Bid Guarantee and a Performance Bond for contract award. Certain documents (secured documents) will not be released until a document security agreement has been executed and returned to George Ceophas, Contract Specialist, by email at george.ceophas@gsa.gov. The agreement form is being posted with this amended notice. As indicated in the procurement notice posted with RFP-GS-11-P-16-DC-D-7006, GSA's Public Building Service (PBS) National Capital Region (NCR) is seeking innovation with acquisition and implementation of a Federal Building Services Program (BSP). The objective of the NCR BSP is to procure an integrated and cost-effective O&M contract that meets the objectives set forth in the solicitation. To accomplish the goals of the BSP, the solicitation was issued with a Statement of Objectives (SOO) which will not become part of the contract. Offerors who respond to this solicitation must develop a Performance Work Statement (PWS) in response to the SOO, which will be incorporated into the resulting contract. To be acceptable for award, Offerors must submit a PWS that (1) meets all of the objectives reflected in the solicitation; (2) defines exactly what the contractor is required to do and when; and (3) is constrained by the limitations contained in the solicitation, the resulting contract, all Federal, State and local law and regulations. A firm fixed price contract will be negotiated using the lowest price technically acceptable (LPTA) source selection process outlined at FAR Subpart 15.101-2. The evaluation factors to establish the requirements for determining technical acceptability are set forth in Section L of the solicitation. Contract award will be for an initial period of one year with an option to extend the term for four years on a year-to-year basis. Performance for the initial period is expected to begin o/a July 1, 2016 and continue through June 30, 2017. The solicitation is set-aside for competition among eligible 8(a) firms. All responsible sources may submit an offer which shall be considered by the agency. The current pre-proposal schedule is as follows. Additional details, including instructions to register for the pre-proposal conference and site visits, are provided in the solicitation posted to fbo.gov on March 16, 2016 with the original procurement notice. 1. Deadline to confirm pre-proposal conference participation: March 23, 2016 at 1:00pm Eastern 2. Pre-proposal conference conducted: April 4, 2016 at 9:00-10:00am Eastern 3. Deadline to confirm site visit participation: March 23, 2016 at 1:00pm Eastern 4. Site visits conducted: April 4, 2016 starting at 10:30am, April 5-6 starting at 9:00am Eastern, in order to visit all five locations (aprox. 3-4 hours per location) 5. Deadline for submission of RFIs: April 8, 2016 at 1:00pm Eastern 6. Proposal due date: May 4, 2016 at 1:00pm Eastern This solicitation is being issued electronically only; paper copies will not be issued. Interested parties may access the solicitation and amendments at http://www.fbo.gov. Offerors must follow the instructions in the solicitation, and must monitor the FBO website for changes. Offerors are cautioned to carefully read the entire solicitation and all amendments thereto in order to be fully aware of all requirements and clauses in the contemplated contract. Also, the documents posted on March 16, 2016 (RFP, 1449 and Document Security Agreement) are listed in FBO as draft documents. These are the final documents for this solicitation in addition to the information listed in this Amendment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPZ/GS-11-P-16-DC-D-7006/listing.html)
 
Place of Performance
Address: Mary E. Switzer Building, 330 C Street, SW, Washington, DC 20024-0001, Wilbur J Cohen Building, 330 Independence Avenue, SW, Washington, DC 20201-0002, FAA Orville Wright, 800 Independence Avenue, SW, Washington, DC 20024-0001, FAA Wilbur Wright, 600 Independence Avenue, SW, Washington, DC 20597-5580, Lyndon B. Johnson Federal Building, 400 Maryland Ave, SW, Washington, DC 20024-0001, Washington, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04086145-W 20160417/160415234756-f56af77759c05a69d60906dc8848d139 (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.