AWARD
Z -- Operations and Maintenance, Flint and Saginaw
- Notice Date
- 7/20/2018
- Notice Type
- Award Notice
- 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
- 47PF0018R0040
- Archive Date
- 8/4/2018
- Point of Contact
- Kaye Jocelyn Wierzbicki, Phone: 6122224138, Ronald P. Sieben, Phone: 612-725-3018
- E-Mail Address
-
kaye.wierzbicki@gsa.gov, ronald.sieben@gsa.gov
(kaye.wierzbicki@gsa.gov, ronald.sieben@gsa.gov)
- Small Business Set-Aside
- N/A
- Award Number
- 47PF0018D0045
- Award Date
- 7/20/2018
- Awardee
- Walter Mechanical Services, Inc. (doing business as: ATI GROUP)
- Award Amount
- $62,215.86 (base period); $650,584.68 (Total Evaluated Price)
- Description
- Description(s) - AS PUBLISHED IN THE PRESOLICITATION NOTICE FOR SOLICITATION 47PF0018R0040: Added: Mar 28, 2018 9:40 am The General Services Administration (GSA), Great Lakes Region, Acquisition Management Division (AMD) is issuing this synopsis for the recurring Operations and Mechanical Maintenance services contract at the following two locations: United States Federal Building, located at 600 Church Street, Flint, MI 48502; and the Social Security Administration Office, located at 611 E. Genesee Avenue, Saginaw, MI 48607. This procurement is a Total Small Business Set-aside. This project shall consist of all m anagement, supervision, labor, materials, supplies, repair parts, tools and equipment including inspection, testing, and maintenance of the building to include all building systems, including fire protection systems. The contractor shall plan, schedule, coordinate, and ensure effective and economical completion of all work and services specified in the contract and will be responsible for performing scheduled and unscheduled maintenance and maintenance repairs, as necessary, on a 24-hour a day, 365 days per year basis, including emergency call-back service. This procurement is being solicited with a six (6)-month base period from September 1, 2018 to February 28, 2019, with four (4), one (1)-year option periods. The option periods are as follows: Option 1 period of performance is March 1, 2019 to February 29, 2020. Option 2 period of performance is March 1, 2020 to February 28, 2021. Option 3 period of performance is March 1, 2021 to February 28, 2022. Option 4 period of performance is March 1, 2022 to February 28, 2023. This is a firm fixed price procur ement. The solicitation will be issued as a total small business set-aside. The North American Industry Classification System (NAICS) code is 238220 with a small business size standard of $15.0 million. All socio-economic small businesses are encouraged to submit an offer. Performance-based contracting does apply to the procurement. The solicitation and any subsequ ent documents related to this procurement will be available via the internet only. The solicitation will be posted to the Federal Business Opportunities (FedBizOpps) website (www.fbo.gov). FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. Demonstration videos and assistance with using FedBizOpps is available through the website. It is fully integrated with other electronic government initiatives such as System for Award Management (SAM), and is available for use by all Federal agencies. No hard copies of the solicitation or related documents will be mailed. Contractors are responsible for downloading their own copies of this solicitation, amendments, and other documents related to this solicitation. All governm ent contractors must be registered in SAM prior to receiving an award. You may access SAM at www.sam.gov. There will be a Preproposal Conference and Site Visit. The solicitation will contain the Site Visit date and time as well as RSVP instructions. It is the Government's inten t to award a contract to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the following evaluation factors: Total Evaluated Price and Past Performance. Past Performance is significantly more important than price. The solicitation will be posted on or about April 13, 2018, with an offer due-date on or about May 14, 2018. For any questions related to this synopsis, please contact the Contract Specialist, Kaye Wierzbicki, at 612- 355- 1209, 612-222-4138, or kaye.wierzbicki@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/65fe567cfb74ad2c47014772d79fb5fe)
- Record
- SN05000348-W 20180722/180720230624-65fe567cfb74ad2c47014772d79fb5fe (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 |