SOLICITATION NOTICE
J -- Mechanical PMs, Pentagon
- Notice Date
- 5/26/2017
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ003417R0070
- Archive Date
- 10/31/2017
- Point of Contact
- Roya M. Sterner, Phone: 7035453515, Corey V Forshee, Phone: 7035451186
- E-Mail Address
-
roya.m.sterner.civ@mail.mil, corey.v.forshee.civ@mail.mil
(roya.m.sterner.civ@mail.mil, corey.v.forshee.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Presolicitation Synopsis 1. Action Code: NAICS 238220 - Plumbing, Heating, and Air-Conditioning Contractors 2. Estimated Date of Solicitation Posting: On or around 15 June 2017 3. Fiscal Year: 2017 4. Zip Code: 22202 5. Federal Supply Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT 6. Contracting Office: Washington Headquarters Services (WHS) Acquisition Directorate (AD) Enterprise, Facilities & Construction Division (EFCD) 1225 South Clark Street, Suite 1202 Arlington, Virginia 22202 7. Title: Mechanical PMs, Pentagon 8. Solicitation No.: HQ0034-17-R-0070 9. Proposal Due Date: Refer to solicitation package to be posted on FBO on or around 15 June 2017. 10.Contact Point: Ms. Roya Sterner, Contract Specialist, Email roya.m.sterner.civ@mail.mil and Tel. 703-545-3515; and Mr. Corey Forshee, Contracting Officer, Email corey.v.forshee.civ@mail.mil and Tel. 703-545-1186. 11. This presolicitation notice does NOT constitute a request for proposal, request for quote, or invitation for bid. 12. Description of Services: The work effort is to provide a comprehensive preventive maintenance (PMs) program for Mechanical equipment and systems for The Pentagon Reservation. The Performance Work Statement (PWS) states that the "Contractor shall furnish all parts, labor, materials, and supervision necessary for the preventive maintenance, predictive maintenance, any corrective maintenance repairs, service calls and major and minor indefinite-delivery, indefinite quantity (IDIQ) repairs for the equipment listed in Attachment J-1. The minimum scope of frequency of PMs will be at least the same standard and frequency specified in the manufacturer's recommendations." The inventory in Attachment J-1 includes approximately 10,000 pieces of equipment. The capacity for Major Repairs (considered minor construction) under the IDIQ CLIN will be in the not-to-exceed (NTE) amount of $2 million per year. The contract will replace services currently being performed by EMCOR Government Services, Inc., a large business, under contract HQ0034-11-D-0033, which is an Indefinite Quantity-type Contract with Firm-Fixed Price CLINs with a total estimated dollar value approaching $17 million for 5.5 years. Prospective offerors are cautioned that the current requirement includes more inventory and a higher IDIQ threshold than the previous effort. 13. Best-Value Procurement Method: Tradeoff Process 14. The NAICS Code for this procurement is 238220 and the annual size standard is $15 million. 15. The basic contract is anticipated to be a performance-based, indefinite-quantity contract for services with firm-fixed-price Contract Line Item Numbers (CLINs) for a period of performance of one (1) base period and four (4) option years. The base period is anticipated to begin 30 September 2017. Only the base period of the contract will offer a minimum guarantee. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. If all options are exercised, the contract is not anticipated to not exceed 66 months. The solicitation is anticipated to utilize FAR Part 15 source selection procedures which require offerors to submit a technical proposal, past performance, small business participation plan, and a price proposal for evaluation by the Government. Additionally, large business concerns will be required to submit a subcontracting plan with their proposal. 16. Place of Contract Performance: The Pentagon 17. Type of Acquisition: Based on the results of market research, including the Sources Sought Notice posted on FBO, this requirement will be procured Full and Open Competition utilizing FAR Part 15. This is considered a non-commercial requirement; therefore, the Government does not intend to utilize FAR Part 12. END OF PRESOLICITATION SYNOPSIS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ003417R0070/listing.html)
- Place of Performance
- Address: The Pentagon, Arlington, Virginia, United States
- Record
- SN04523937-W 20170528/170526234341-6bb312c63b8d4206db1edb1070a0f4f3 (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 |