Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
MODIFICATION

45 -- Operations and maintenance (O&M) program for the Central Heating and Refrigeration Plant-Steam Distribution

Notice Date
10/16/2018
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), NCR Operations & Maintenance Center 1 (47PM07), 301 7th Street, SW, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
AP_P11_2018_8416
 
Point of Contact
jamie l morton, Phone: 2029695543
 
E-Mail Address
jamie.morton@gsa.gov
(jamie.morton@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
NOTE THE CHANGE TO SITE VISIT FROM MONDAY, OCTOBER 29, 2018 TO WEDNESDAY, OCTOBER 31,2018 REVISED 10.16.2018 THIS IS A SOURCES SOUGHT NOTICE ONLY FOR SMALL BUSINESS UNDER 8(a) SMALL BUSINESS PROGRAM. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), National Capital Region (NCR), is seeking information on technically capable, and otherwise responsible, quality contractors to implement a Federal Building Service Program (BSP). The objective of the NCR BSP is to procure an integrated and cost-effective maintenance and repair (M&R) program for the Steam Distribution Complex (SDC). This is a Performance Based Service Contract for the maintenance and housekeeping services of the Steam Distribution Complex (SDC) and the success of the Contract depends on the satisfaction of the requirements, but also the satisfaction of our shared customer. Rather than a mere list of activities, this is a written expression of the GSA’s expectation of the service to be performed by the Contractor. A higher level of effective communication between the Government and Contractor is essential for partnering and performance based service contract to succeed. The success of this Contract is shared between the Government and the Contractor. General Description of Scope of Services: The Contractor shall provide all management, labor, supervision, vehicles, equipment, and materials to perform tours, basic operation, preventative maintenance, housekeeping, and minor repair and replacement of mechanical, electrical, and structural systems and equipment in the manholes, vaults, tunnels, sumps, and building steam stations (excluding tours of building steam stations) of the Heating Operation and Transmission District (HOTD) Steam Distribution Complex (SDC) in Washington, DC. The SDC consists of 7 miles of walk-through tunnels, 5 miles of direct-buried pipelines, and approximately 70 manholes and 75 customer buildings. All persons employed by the Contractor shall be knowledgeable in working in confined spaces as defined by OSHA. All entrants into the steam distribution tunnels and manholes shall have been trained in accordance with OSHA's Confined Space Entry (29 CFR 1910.146). The contractor or any sub-contractor shall conform to ASME code for Pressure Piping, ASME B31.1, Power Piping, while performing any pipe welding in the steam distribution system. The contractor shall have quality control procedures in place which address Welding Procedure Specifications (WPS) and Procedure Qualification Records (PQR) for each type of repair or replacement located within the SDC as specified for the U.S. General Services Administration, Public Building Services (PBS), Heating Operation and Transmission Division, located at 13th and C Street, S.W., Washington, D.C. The categories of work include Maintenance and Repairs. This is a notice for sources under the 8(a) Small Business Program only. This is not a request for proposal or a pre-­solicitation communication. This is for market research only. No solicitation, specifications or drawings are available for this announcement. The Government shall use the results of this market research effort to augment its decision making process with regards to the extent it will be competed. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219­8, Utilization of Small Business Concerns Size Standard: The NAICS Code for this project is 561210-Facilities Support Services for Government base facilities operation support services and the small business size standard is $38.5 Million. The estimated cost range of the project is $17,000,000.00 to $20,000,000.00 this includes base plus four (4) option periods. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.101-1 -- Tradeoff Process source selection procedure. To select the firms offering the highest technically rated offeror. The Government will use the evaluation factors and significant sub-factors in the solicitation will specify that award will be made on the basis of the tradeoff among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Site Visit: A site visit will be held on Wednesday, October 31, 2018 & November 1, 2018 at 10:00am EST. interested firms must notify Jamie L Morton via email at jamie.morton@gsa.gov by Wednesday, October 24, 2018 of the representatives attending site visit. No more than two (2) representatives per firm can attend NO EXECEPTIONS. PLEASE NOTE: This is not a mandatory site visit, Upon Arrival: You must have a government issued ID to enter facility and must be pre-approved before Friday October 26, 2018 by 2PM EST. Response Information: The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a 8(a) Small Business Program. (2) Contractors should submit a narrative demonstrating their experience in a plant in the specified work, as well as, their technical capabilities. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. (3) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside or as one tailored to your firm's particular small business concern type, or on an unrestricted basis (full and open competition). Interested firms should submit a Letter of Interest with the above requested information to Ms. Jamie L Morton, Contracting Officer. Please email your response to jamie.morton@gsa.gov by November 9, 2018, 2:00pm, Eastern Standard Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e457f7ce8cafffc4af200c2e4a532e30)
 
Place of Performance
Address: 325 13th Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN05126446-W 20181018/181016230802-e457f7ce8cafffc4af200c2e4a532e30 (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.