SOURCES SOUGHT
Z -- Worldwide Operations and Maintenance Services
- Notice Date
- 10/24/2016
- 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
- SAQMMA17R0022
- Point of Contact
- Juan C. Gomez, Phone: 7038757316, John M. Hite, Phone: 703-875-7320
- E-Mail Address
-
GomezJC@state.gov, hitejm@state.gov
(GomezJC@state.gov, hitejm@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: World Wide Operations & Maintenance IDIQ Contract Solicitation Number: SAQMMA17R0022 Agency: U.S. Department of State Office: Bureau of Overseas Buildings Operations Location: Worldwide Notice Type: Sources Sought NAICS Code(s): 221122, 335129, 238210, 238220, 221310, 922160, 221320, 333921, 238160 and 236220 1.0 Purpose The purpose of this Sources Sought (SS) is to accomplish market research pursuant to Federal Acquisition Regulation Part 10, and to identify small businesses capable of and interested in performing the functions described herein. The Department of State (DoS) is requesting information regarding the availability and feasibility of attracting small businesses with proven technical capability and experience in the following area: • Operations & Maintenance (O&M) Support Overseas The Contractor shall provide all management, supervision, administrative support, labor, logistics, training, transportation, materials, supplies, repair parts, tools and equipment to provide O&M and other facilities related services for specified DoS properties. The DoS requires a variety of O&M and technical support services including, but not limited to: • Electrical Generation and Distribution (Medium and Low Voltage) • Interior and Exterior Lighting • Power Monitoring System • Heating Ventilation, and Air Conditioning (HVAC) • Building Automation Systems/Power Monitoring System • Water Supply, Purification and Distribution • Sanitary Sewer and Waste Water Treatment • Fire Protection and Life Safety • Commercial Kitchen Extinguishing Equipment • Elevator Maintenance • Fuel Storage and Distribution • Roofing and Waterproofing Systems • Building envelope/structure, windows, doors, etc. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of DoS to conduct a solicitation for the services listed below in the future. Respondents are advised that the DoS will not pay for information submitted in response to this SS, nor will it compensate respondents for any costs incurred in the development/furnishing of a response. DoS will not entertain telephone calls or questions for this SS. Note that a decision not to submit a response to this SS will not preclude a vendor from participating in any future solicitation(s). Responses are limited to those companies considered small business under the following NAICS Codes: 221122, 335129, 238210, 238220, 221310, 922160, 221320, 333921, 238160 and 236220. Respondents are welcome to submit other relevant and appropriate NAICS codes for consideration. 2.0 Statement of Need and Vision The DoS seeks to engage multiple small businesses in the provisioning of services as prime contractors to help DoS meet its small business goals. DoS have long term, recurring needs for O&M support at various locations around the world. The Office of Acquisitions, Logistics Management (A/LM) currently supports Overseas Base Operations (OBO) with Post-specific contracts that preclude DoS from realizing economies of scale and efficiencies that would result from World-Wide contracting activities based on long-term public-private partnerships. While one company could support the needs of an entire region, there are opportunities for efficiencies in contract management and contract execution that can be gained by implementing a broader approach. The issues that plague facilities around the world allows OBO to be creative and flexible in operations and preventative contract management and types to meet the current and projected needs of DoS as it supports our Foreign Service Diplomats, Embassies, and other U.S. Government agencies. Additionally, DoS has seen more Embassies needing to rely on contractor services to support their missions. OBO, in coordination with A/LM has established the following objectives to guide and be achieved through this acquisition: • Establish a new multi-award, Indefinite-Delivery; Indefinite-Quantity (IDIQ) contracts for O&M services that can support the identified Posts and other DoS facilities world-wide. • Awarding to multiple small businesses (10-12) under various NAICS codes, will ensure a list of contractors are familiar with DoS operations and programs, while supporting small business goals. The base IDIQ contract will require a Top Secret Facility Clearance. This will limit competition to U.S. offerors. However, offerors may include regional non-U.S. or local companies as part of their solution. • By awarding a multi-award contract, DoS will benefit from continuous competitive actions that should ensure cost savings during the life of the program. • The new contract is intended to address unmitigated risks on: existing O&M contracts and to facilitate early transition away from previously awarded contracts with option years remaining; be available for new requirements, and; be a ready-solution for expiring contracts. • The new contract(s) shall be scoped to improve the relatively narrow scope definitions found in existing contracts. By having such a contract in place, the solicitation process will require a much shorter timeframe to solicit and award contracts. Furthermore, it will allow for a core team of acquisition experts readily familiar with preventative maintenance and/or operational contracting. • This contract will focus on O&M support services. This contract is not designed to take over General Services Office (GSO) programs, but may be used in lieu of GSO contracts. • Individual task orders awarded under the IDIQ will be limited in scope, dependent upon the needs of the Mission or Post. The actual awards will rely on scope and size of engagement, and be determined at the task order level. • Contract types (fixed-price, cost-reimbursement, labor-hour, and time-and-materials) for individual task orders and specific requirements will fall under one or more of the following, depending on size and complexity of the facilities, (i.e. NEC, SED, legacy, etc.). • In order to maximize performance, innovation and competition, task orders will utilize the Performance-Based Services Acquisition (PBSA) strategy. The goal of which is to gain greater access to technological innovations and obtain the best technical solution while achieving savings and efficiencies. 3.0 Scope of Work/Required Capabilities This acquisition initiative is being led by OBO, Office of Facility Management the mission of which is to "provide global support in operating, managing, and maintaining DoS facilities overseas. Our technical experts provide professional specialty services to ensure safe, secure, functional, sustainable, and reliable Embassy and Consulate facilities." DoS requires O&M service support, all inclusive of, or individually to include: • Electrical Generation and Distribution (Medium and Low Voltage) • Interior and Exterior Lighting • Power Monitoring System • Heating Ventilation, and Air Conditioning (HVAC) • Building Automation Systems/Power Monitoring System • Water Supply, Purification and Distribution • Sanitary Sewer and Waste Water Treatment • Fire Protection and Life Safety • Commercial Kitchen Extinguishing Equipment • Elevator Maintenance • Fuel Storage and Distribution • Roofing and Waterproofing Systems • Building envelope/structure, windows, doors, etc. The selected offerors shall have the capability of providing some or all O&M services for a specified Mission, Post, or Consulate. This includes the ability to obtain necessary country licenses and permits, and operate within the country in accordance with applicable local laws and regulations. 4.0 Instructions/Responses Responses should be limited to 15 pages or less and be submitted as a Microsoft Word Document or Portable Document Format (PDF). Typeface must be Times New Roman, 12-point font, with margins of 1 inch all around. No responses shall be accepted via US Mail or FAX. Responses are only being solicited from Small Business concerns. Firms should provide the following information: A. Contractor's statement of interest and capabilities statement. B. Relevant experience to include experience in performing efforts of similar value, size, and scope within the last five years including 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. C. Submissions should include responses to the following categories: - Company Profile, to include name, POC, email address and phone number: - DUNS Number - Cage Code - Number of Employees - Office Location - Available bonding capacity -Small Business Designation/Status Claimed - Annual Revenue - Facility Clearance Level and Expiration Date - Are you registered in SAM NOTE: In order to support DoS abroad, you will be required to have an active Facilities Clearance at the SECRET level (minimum) with some sites requiring TOP SECRET. Recent/Relevant Experience, to include: • Address the requirements contained in Section 2.0 (Statement of Need and Vision) and 3.0 (Scope of Work/Required Capabilities). • Provide recent/relevant experience, capabilities, contracts, and customer information as you deem appropriate. Work performed overseas should be listed. Respondents are encouraged to provide a discussion of how qualified contractor staff was mobilized to meet security vetting, visa requirements and mission timelines. o For past performance cited, include a POC at the U.S. Government Agency or business at which service was performed. Questions for Industry, to include: In order to foster maximum competition, DoS would like to solicit industry feedback on how to better develop its requirement. To do so, DoS welcomes responses to the following questions: • What additional information would your company find most helpful in order to develop and submit a technical and price proposal for this requirement for a best value award? Companies are welcome to provide any brief concluding remarks and comments, as deemed appropriate. At this time, DoS will not entertain telephone calls or questions for this Sources Sought. DoS may choose to reach out directly to vendors after reviewing and evaluating all submissions. 4.2 How to Respond Please submit your response no later than 8 November 2016 at 12:00 P.M. Eastern Daylight Time, with electronic files sent to the following point of contact: Juan C. Gomez: Contract Specialist/Contracting Officer - GomezJC@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17R0022/listing.html)
- Place of Performance
- Address: US Missions Worldwide, Acquisition Office:, 1735 N. Lynn Street, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN04311306-W 20161026/161024234358-33eda88b975233d0b0c87037e99e5de9 (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 |