Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOURCES SOUGHT

Z -- Operations and Maintenance Services at the U.S. Customs Cargo Inspection Facility - Sources Sought Notice

Notice Date
1/11/2018
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
2018_Cargo_OM_Sources_Sought
 
Archive Date
2/3/2018
 
Point of Contact
Hunter Van Horn, , Ronald P. Sieben,
 
E-Mail Address
hunter.vanhorn@gsa.gov, ronald.sieben@gsa.gov
(hunter.vanhorn@gsa.gov, ronald.sieben@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Sources Sought Notice - Operations and Maintenance Services The General Services Administration is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to support this requirement for Operations and Maintenance Services at the following locations within the properly line of the U.S. Customs Cargo Inspection Facility. Location 1 U.S. Customs Cargo Inspection Facility 2810 West Fort Street Detroit, MI, 48216 Location 2 (Separate Buildings) VACIS Buildings & NII Gantry 2810 West Fort Street Detroit, MI, 48216 Location 3 Broker Building 2810 West Fort Street Detroit, MI, 48216 Location 4 USDA Canopy 2810 West Fort Street Detroit, MI, 48216 This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is being used for market research purposes. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and responses should be limited to the requested information. The NAICS code for this requirement is 238220. Description This will be a Performance Based Contract which will focus on outcomes as opposed to prescriptive requirements. A high level of effective communication between the Government and Contractor is essential. This performance based requirement demands a greater emphasis by the Contractor on self-evaluation, robust quality control processes and strict oversight of building operations to ensure the highest level of efficiency. The Contractor must closely monitor all aspects of the work, identify deficiencies and implement corrective action, without reliance on Government oversight. GSA is dedicated to ensuring its facilities are operated with a high degree of efficiency, minimizing energy use and may be actively pursuing or participating in programs such as ENERGY STAR rating, LEED-EB or comparable programs. The Contractor will play an integral role in supporting this effort and should be aware of the requirements of these programs. The Contractor is not required to bring the building into conformance with LEED-EB, but within the scope of this contract, shall operate and maintain the building in such a manner as to maintain applicable LEED-EBOM standards. The Contractor shall furnish all necessary labor, equipment and supervision to provide management, supervision, labor, materials, equipment, and supplies and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the U.S. Customs Cargo Inspection Facility. a.Electrical systems and equipment. b.Mechanical, plumbing, (where systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account, an HSPD-12 card and complete all GSA online university required courses to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. If a Contractor with ENT and/or Citrix access no longer needs that access (leaving the contract, contract terminating, etc.) the Contractor must let the COR know immediately so IT can be contacted an access can be removed. c.Fire protection and life safety systems and equipment. d.All Building Monitor and Controls system are within the scope of this contract. These BMC systems may include Building Automation Systems (BAS), Digital Lighting Systems and Public Address Systems, Energy Management Systems or other building controls systems. BMC systems shall be connected to the GSA Network and access to these systems will require GSA ENT network credentials (see section C.35.4.1.1 for details). Contractor shall be responsible for hardware and software for listed systems excluding computerized operating systems (For example Windows Server 2008, Linux, etc.). Software maintenance shall include security patching and minor revision updates as recommended by system installer. A minor revision is an incremental patch or update to the existing software or firmware version with low risk to existing interoperability. e.Architectural and structural systems, fixtures, and equipment within the site (to the property line). f.Service request desk operations as identified in Section C.8.4 to include record keeping using a computerized maintenance management system (NCMMS) if available or by other means as well as other administrative functions. g.Maintenance of landscape irrigation systems. h.N/A - Mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment). i.Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems. j.Dock levelers and roll-up and sliding garage doors. k.N/A - Elevator and vertical transportation systems, including locks and keycard systems l.N/A - The Contractor shall maintain all fixed equipment and systems, including playground equipment associated with the Child Care Center. The Contractor shall repair systems upon request and according to work items identified by the annual Child Care Center survey. m.Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. n.The Contractor shall complete roofing system investigations and repairs. o.The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. p.The Contractor shall maintain kitchen/concessions area drains. q.The Contractor shall maintain conveying equipment, parking control equipment, and loading dock equipment. The Contractor Shall a.Be responsible to make the management and operational decisions to meet the quality standards required under this contract. b.Use innovation, technology and other means and methods to develop and perform the most efficient services for the building. c.Implement an effective Quality Control Plan (QCP). d.Implement an effective service call system, as specified under the Special Requirements section of this contract that results in prompt, professional, and courteous resolution of tenant concerns. e.Keep the Contracting Officer (CO) or designee informed of current status of the work being performed, provide work schedules, provide a major equipment and critical system break down or impairment form, and provide other pertinent information needed by the CO or designee. f.Reduce the environmental impacts of work performed under this contract by using, to the maximum extent, environmentally sound practices, processes, and products. g.Provide training to their employees that will stress stewardship in maintenance practices i.e., the proper use, disposal, recycling of chemicals, dispensing equipment and packaging. Provide documentation that their employees are completing training in the core competences and participating in continual educational training according to the Federal Building Personnel Training Act. Ensure that their employees are properly licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by federal, state or local law, codes or ordinances (H.15. Personnel Qualifications). h.Federal Requirements: The Contractor shall comply with all applicable Federal, state and local laws, regulations and codes, including any supplements or revisions. The Contractor shall obtain all applicable licenses training, and permits. If a change in law or regulation requires the Contractor to implement an action that will result in an increase or decrease in Contract price, the Contractor shall implement the required action and within 30 calendar days submit to the CO or their designee a price proposal for such change. If the CO or their designee determines an equitable adjustment is substantiated a modification to the Contract will be issued. i.The Contractor shall maintain the machinery spaces, shops and storerooms in a clean and orderly manner. When work is performed in these areas, the Contractor's personnel shall clean up all debris and leave the area in a presentable condition. The machinery rooms including floors and the equipment located within the machinery rooms shall be painted as necessary to maintain the appearance of the room and equipment. j.Replacement Air Filters. The Contractor shall use high efficiency air filters when replacing the filters in air handlers and other equipment that utilize air filtration. The Contractor shall only use air filters with known Minimum Efficiency Reporting Value (MERV) as defined in the ANSI/ASHRAE Standard 52.2 and required in accordance with the most current GSA P100. Where available, filters must have a factory installed antimicrobial coating. If filter media without antimicrobial coating are the only ones available, the spray-on antimicrobial coating must be applied. The Contractor shall replace air filters with the air filters that generally have the highest MERV value consistent with the CFM of the fan. The Contractor must maintain minimum ventilation standards in ASHRAE Standard 62. Prior to installation, the COR must approve the filters to be used. Filter Monitoring. The Contractor shall report on their procedure for monitoring to ensure that the filters are changed as recommended by the manufacturer. Employee Protection. Employees changing filters shall comply with existing OSHA requirements regarding the use of appropriate protective clothing and respiratory protection. Disposal of Used Filters. The Contractor shall dispose of used filters following routine maintenance procedures. The Contractor will be advised by the COR if additional precautions need to be taken regarding handling and disposal of filters. This determination will be made based the risk level associated with the facility and whether evidence exists of a previous contamination incident or credible threat to the facility. If there is a reasonable expectation that contamination has occurred, the COR will instruct the Contractor to handle and dispose of used filters as hazardous material. If the Contractor has reason to suspect the filters contain hazardous material, the Contractor shall notify the COR before disposing of the filters. In the event hazardous material disposal procedures are required, the Contractor shall request written approval from the COR and provide a cost estimate for disposal. The Contractor shall separately invoice for approved hazardous material disposals. k.Tenant agency furniture and office equipment in the Contractor's immediate work area shall be moved and protected by the Contractor and returned to its original location once work is completed. If the Contractor's work will not allow furniture and office equipment to be replaced to its original location, new locations will be designated by the COR or the tenant agency head. The Contractor is responsible for repair or replacement due to damage as a result of moving agency furniture or office equipment. l.Paper, soap, and hand-sanitizer dispensing equipment in restrooms. m.Lawn sprinklers. Excluded from this scope are a.Security systems (does not include mechanical components of the door closers, keepers, hinges, etc.) b.Telecommunication systems. c.Tenant agency owned equipment NOT specifically identified on the Tenant Agency Owned Equipment List. d.Furnishings (not installed as fixtures). e.Kitchen appliances and equipment (but ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment are included in the scope). f.Equipment owned by servicing public utilities. g.Upgrade of software and software licenses for NCMMS. h.Fitness center equipment. i.Additional services as needed by various building tenant agencies. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Capability Statement Information Companies are encouraged to respond if they have the capability and capacity to provide the services. However, be advised that generic capability statements are not sufficient for effective analysis of a respondent's capacity and capability to provide the required services. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform, while in compliance with Far 52.219-14 - Limitations on Subcontracting. Response Submission Responses to this RFI must be received no later than January 19, 2018 and emailed to hunter.vanhorn@gsa.gov. Information should be included: •Company name •Mailing address •DUNS number •Company Point of Contact •Email address •Telephone number •Fax number •Website •Small business status •Relevant, completed work which demonstrates capability •Method for completing contract •Certifications and security clearances •Any other pertinent information Point of Contact: Hunter Van Horn, Contract Specialist Northern Services Contracting Team Acquisition Management Division General Services Administration 230 S. Dearborn Street, Suite 3500 Chicago, IL, 60604 hunter.vanhorn@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b8e60a5e328083cf775c032bd1718fb5)
 
Place of Performance
Address: Location 1, U.S. Customs Cargo Inspection Facility, 2810 West Fort Street, Detroit, MI, 48216, Location 2 (Separate Buildings), VACIS Buildings & NII Gantry, 2810 West Fort Street, Detroit, MI, 48216, Location 3, Broker Building, 2810 West Fort Street, Detroit, MI, 48216, Location 4, USDA Canopy, 2810 West Fort Street, Detroit, MI, 48216, Detroit, Michigan, 48216, United States
Zip Code: 48216
 
Record
SN04787527-W 20180113/180111231023-b8e60a5e328083cf775c032bd1718fb5 (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  © 1994-2020, Loren Data Corp.