Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2017 FBO #5718
SOLICITATION NOTICE

B -- Facilities Condition Assessment Services

Notice Date
7/18/2017
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
BIA CENTRAL 00016 12220 Sunrise Valley Drive Contracting Office Reston VA 20191 US
 
ZIP Code
00000
 
Solicitation Number
A17PS00996
 
Archive Date
8/4/2017
 
Point of Contact
Mosley, Carla
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
PRE-SOLICITATION NOTICE - A17PS00996 TITLE: Facilities Condition Assessment Services GENERAL: The Department of the Interior, Bureau of Indian Affairs, Blackfeet Agency Administration, will be soliciting proposals from Indian Small Business Economic Enterprise (ISBEE) firms having the capability to perform the work described below. This is a PRESOLICITATION NOTICE only and does not constitute a solicitation; accordingly, no response is due at this time. Specific instructions on submitting proposals will be contained in the solicitation documents to be issued on or after the date listed below. It is anticipated that a solicitation will be issued via this announcement on or around August 3, 2017 on FedConnect and FedBizOpps. Responses will be due approximately 20 days or more following the issuance of the solicitation, once posted. Actual proposal receipt date will be established at the time solicitation documents are available. This pre-solicitation announcement does not constitute a solicitation. The entire solicitation package will have all attached documents will be available in Adobe PDF and/or Microsoft Word. Specifications and drawings will be available in Adobe PDF and/or Microsoft Word. PROJECT DESCRIPTION: This is for the development and reporting of a complete and comprehensive Facility Condition Assessment (FCA) of Indian Affairs (IA) owned or leased real property (buildings, grounds, equipment, systems) assets which include various buildings (offices, warehouses, shops, school classrooms, cafeterias, dining halls, gymnasiums, portable buildings, etc.), quarters and a wide variety of other Real Property assets such as roads, recreation facilities, water and power facilities, warehouses, storage facilities, garages (quarters and non-quarters), and existing building operation support systems; i.e., infrastructure of the identified location. The FCA shall include computation of the Current Replacement Value (CRV) of each asset. The FCA shall also include identification of any museum property to ensure proper exhibition and use with adequate protective measures in place. Facilities inspections shall include standard elements identified in the Departmental Handbook such as those relating to fire detection and suppression, HVAC systems, air filtration systems, structural integrity, etc. FCA will provide data to define and determine the short and long term level of capital reinvestment needed to maintain the subject facilities as safe, reliable, functional, and more energy efficient. The FCA shall provide objective analytical findings and recommendations that optimally meets the identified needs. It will produce both a physical plan of action, as well as a budget to satisfy those needs. IA will use the information from the assessments to determine future capital funding needs, space needs and to identify future physical maintenance repair, replacement, renovation and/or and upgrade projects. The list of real property assets represents approximately 8.5 million square feet annually. PROCUREMENT TYPE: The Government anticipates negotiating and awarding a single firm-fixed price contract to meet this requirement. This negotiated firm-fixed price contract will be awarded requiring submission of a technical, past performance and price proposal. The tradeoff process is selected as appropriate for this acquisition. The Government will consider it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. SET-ASIDE TYPE: This is a competitive total small business set-aside acquisition limited to Indian Small Business Economic Enterprises (ISBEE) firms. All responsible sources may submit a proposal for consideration in accordance with these and other terms and conditions of the anticipated solicitation. NAICS CODE: The primary NAICS Code for this project is 541611 ¿ Administrative Management and General Management Consulting Services with a small business size standard of $15.0 Million. DURATION: The contract performance period is anticipated to be Base Year of 12-months; and four (4) Option Years of 12-months. ADDITIONAL INFO: You are required to have a DUNS number and an active registration in SAM, System for Award Management (www.sam.gov) in order to conduct business with the Federal Government. Online Representations and should be filled out in SAM.gov. For questions please contact via email the Contract Specialist, Carla Mosley at Carla.Mosley@bia.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A17PS00996/listing.html)
 
Record
SN04584023-W 20170720/170718234957-d9e07445221b45263ce0b1b527781ad3 (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.