Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
AWARD

Z -- Operations and Maintenance Services for New Orleans, LA

Notice Date
8/2/2018
 
Notice Type
Award Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management 7PQB Services (47PH02), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
47PH0218R0005
 
Archive Date
8/17/2018
 
Point of Contact
Matthew A. Phillips, Phone: 8179780295, Phillip R. Cleveland, Phone: 8178508426
 
E-Mail Address
matthew.phillips@gsa.gov, phillip.cleveland@gsa.gov
(matthew.phillips@gsa.gov, phillip.cleveland@gsa.gov)
 
Small Business Set-Aside
N/A
 
Award Number
47PH0218D0009
 
Award Date
8/2/2018
 
Awardee
Crystal Clear Maintenance, Inc., 315 Central Ave. NW Suite I, Albuquerque, New Mexico 87102-4068, United States
 
Award Amount
9,577,104.48
 
Line Number
0001, 1000, 2000, 3000, 4000
 
Description
The General Services Administration, Public Buildings Service, requires Operations & Maintenance(O&M)Services in New Orleans, Louisiana. The solicitation number will be 47PH0218R0005. This procurement will be procured as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside using FAR Part-15 procedures. The anticipated start date will be on or about October 1, 2018. The General Services Administration, Public Buildings Service, requires Operations & Maintenance(O&M)Services in New Orleans, Louisiana. The solicitation number will be 47PH0218R0005. This procurement will be procured as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside using FAR Part-15 procedures. The solicitation will be issued on or about May 9, 2018. The anticipated start date will be on or about October 1, 2018. The North American Industry Classification System (NAICS) to be used is 561210. The size standard for this NAICS is $38.5M. Specifically, the Contractor shall provide management, supervision, labor, materials, equipment, and supplies for operations and maintenance services, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the facilities listed within the "Place of Contract Performance" in this notice, to include the following: a. Electrical systems and equipment. b. Mechanical, plumbing, Building Automation System (BAS) where applicable ( where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. c. Fire protection and life safety systems and equipment. d. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Niagra Tridium Jace controls/system, Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract. e. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Limited to $200/3 hrs service call threshold. f. Service request desk operations as identified in Section C.8.4 to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions. g. Maintenance of landscape irrigation systems. h. Locks, keys, keycard systems, vehicle barrier systems and static and dynamic bollard systems. i. Lighting, dock levelers and bumpers and roll-up and sliding garage doors. j. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. k. The Contractor shall complete roofing system investigations and repairs. l. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. m. The Contractor shall maintain kitchen/concessions area drains. n. The Contractor shall maintain conveying equipment, parking control equipment. o. The Contractor is not responsible for the costs of software, firmware updates, and licensing for the BAS and Tridium Niagra systems. However, the Contractor is responsible for the labor to update/install software/firmware, when necessary, to latest revision and update software licenses for BAS controls only. The Contractor is responsible for letting Region 7 FMSP office know when updates are required. The Contractor is responsible for keeping the systems operating properly. p. Sanitary sewage equipment and systems, including kennel waste interceptors. q. Domestic water filtration/pumping and fire supply tank systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9075341b3757f992c6bea09b701d88d8)
 
Record
SN05017254-W 20180804/180802231027-9075341b3757f992c6bea09b701d88d8 (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.