SOLICITATION NOTICE
Z -- Consolidated Facilities Management Services - 5 Locations in the State of Minnesota
- Notice Date
- 9/27/2019
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), GSA/FAS R5 Contracting Division (5QZA), 230 S. Dearborn Street, Room 3500, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- 47PF0019R0135
- Point of Contact
- Ann Bonis, Phone: 3122595393, Ronald Sieben,
- E-Mail Address
-
ann.bonis@gsa.gov, ronald.sieben@gsa.gov
(ann.bonis@gsa.gov, ronald.sieben@gsa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The General Services Administration, Great Lakes Region, Acquisition Management Division (AMD) is issuing this synopsis for the recurring Consolidated Facilities Management services at the following locations in the state of Minnesota: Location 1 Grand Portage Land Port of Entry Complex 9403 E. Hwy 61 Grand Portage, MN 55605 Location 2 International Falls Land Port of Entry Complex 2 Second Avenue International Falls, MN 56649 Location 3 Baudette Land Port of Entry Complex Highway 72 and International Bridge Baudette, MN 56623 Location 4 Warroad Land Port of Entry Complex 41781 State Hwy 313 Warroad, MN 56763 Location 5 Bemidji Federal Building 522 Minnesota Avenue Bemidji, MN 56601 This procurement is a competitive 100% Total 8(a) Set-Aside. This project shall consist of all management, supervision, labor, materials, supplies, repair parts, tools and equipment and subcontracts necessary to maintain the five locations identified above, and as detailed in the Request for Proposal. 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 services. The services under this procurement include: Facilities Management; Operations & Maintenance; Custodial; Elevator; Construction Services (between $2,000 and $50,000, on a task order basis) and GSA National Computerized Maintenance Management System (NCMMS). This procurement is being solicited with a twelve (12)-month base period from May 1, 2020 to April 30, 2021, with nine (9), one-(1) year option periods. The option periods are as follows: May 1, 2021 through April 30, 2022, May 1, 2022 through April 30, 2023, May 1, 2023 through April 30, 2024 and May 1, 2024 through April 30, 2025, May 1, 2025 through April 30, 2026, May 1, 2026 through April 30, 2027, May 1, 2027 through April 30, 2028, May 1, 2028 through April 30, 2029, May 1, 2029 through April 30, 2030. This is a firm fixed price procurement. The solicitation will be issued as a competitive Total 100% 8(a) Set-Aside. The NAICS code for this requirement is 561210 - Facilities Support Services, with a size standard of $41.5 million. Performance-based contracting does apply to the procurement. The solicitation and any subsequent 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 government contractors must be registered in SAM prior to submitting a proposal in response to the RFP. You may access SAM at www.sam.gov All contractors must be active in the System for Award Management (SAM), www.sam.gov, in order for a proposal to be considered for evaluation. BE ADVISED: If you are registering a new entity in SAM.gov, you must provide and mail an original, signed notarized letter stating that you are the authorized Entity Administrator before your registration will be activated. If you are updating, or renewing your registration in SAM.gov after 4/27/18, you must also provide a notarized letter before your updated registration will be activated. Read the FAQs for more information on these requirements and/or contact the Federal Service Desk at www.fsd.gov for additional questions or assistance. There will be a Preproposal Conference and Site Visit. The solicitation will contain the Site Visit date and time as well as RSVP instructions. Please be advised, the preproposal conference and site visit will occur over multiple days, given the remote geographic locations and distance between each location. The Government intends to hold the preproposal conference and site visit the week following the RFP issuance. It is the Government's intent 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: (1) Management Plan and Approaches; (2) Past Performance; and (3) Total Evaluated Price (TEP). Management Plan and Approaches is slightly more important than Past Performance. When combined, Management Plan and Approaches and Past Performance are significantly more important than TEP. The solicitation will be posted on or about October 14, 2019, with a due-date specified in the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3ccf0fac52d1ca75c1472e243b48a14b)
- Place of Performance
- Address: Location 1, Grand Portage Land Port of Entry Complex, 9403 E. Hwy 61, Grand Portage, MN 55605, Location 2, International Falls Land Port of Entry Complex, 2 Second Avenue, International Falls, MN 56649, Location 3, Baudette Land Port of Entry Complex, Highway 72 and International Bridge, Baudette, MN 56623, Location 4, Warroad Land Port of Entry Complex, 41781 State Hwy 313, Warroad, MN 56763, Location 5, Bemidji Federal Building, 522 Minnesota Avenue, Bemidji, MN 56601, United States
- Zip Code: 56601
- Zip Code: 56601
- Record
- SN05461879-W 20190929/190927230713-3ccf0fac52d1ca75c1472e243b48a14b (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 |