Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOURCES SOUGHT

99 -- DISA HQ BOS Contract

Notice Date
12/19/2019 10:20:40 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
DEFENSE INFORMATION SYSTEMS AGENCY FORT MEADE MD 20755 USA
 
ZIP Code
20755
 
Solicitation Number
BOS2020
 
Response Due
1/8/2020 11:00:00 AM
 
Archive Date
01/23/2020
 
Point of Contact
Wayne Fagan
 
E-Mail Address
wayne.j.fagan.civ@mail.mil
(wayne.j.fagan.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT ANNOUNCEMENT � The Defense Information Systems Agency (DISA) is seeking sources for Base Operations Support Services (BOS) for Defense Information Systems Agency (DISA) Headquarters, Fort George G. Meade, Maryland. CONTRACTING OFFICE ADDRESS: Defense Information Systems Agency Procurement Directorate PSD/NCR Fort George G. Meade, Maryland � INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, �Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, HubZone and Woman Owned Small Businesses) to provide the required products and/or services: Base Operations Support Services (BOS) for DISA Headquarters, Fort George G. Meade, Maryland.� The proposed acquisition will award one Firm-Fixed Price (FFP) contract to provide BOS services supporting the DISA Headquarters (HQ) complex.� The HQ complex is a high-tech, multi-story, state-of-the-art administrative/laboratory complex incorporating the latest developments in technology of approximately 1,070,000 gross square feet on a 100-acre site.� The complex earned a Leadership in Energy and Environmental Design (LEED) Gold Rating Certificate from the United States Green Building Council (USGBC).� The complex houses hardware for many information systems critical to the Department of Defense.� Facilities include sensitive compartmented information facility (SCIF) areas, administrative offices, IT laboratories, a network operations center, multipurpose conference center, demonstration areas, information processing and analysis centers, central utility plant, academic training facilities, emergency operations center, security center, mail room, controlled-humidity warehouse, wellness facility, food service kitchen/dining areas, building management, and supporting space.� Electrical systems include mission critical uninterruptible power supplies and generators, fire alarm system, building automation system, intrusion detection systems and technically diverse information systems.� Mechanical systems include plumbing, fire protection systems, HVAC, traction and hydraulic elevators, and standby generator fuel systems.� Redundant HVAC equipment has been installed to protect temperature sensitive mission critical systems.� Power and cooling must be provided 24/7 throughout the complex.� These BOS services shall primarily consist of: Sustainment, Repair and Maintenance services (SRM) for building structures and building systems including; work reception, service calls, computerized maintenance management, central utility plant (with four 950 ton chillers, four 8 MBTU hot water boilers, and two 2000KW/2500KVA generators), building automation system (BAS), HVAC, electrical (including medium voltage equipment), lightning arrestors and grounding devices, uninterruptible power systems (UPS), elevators, potable water (including backflow prevention devices), domestic water/fire protection storage tank, wastewater, fire protection systems and equipment. Preventive maintenance and Reliability Centered Maintenance. Janitorial Services Pest Control Refuse Collection and Recycling Grounds Maintenance Pavement Clearance This will be a performance-based contract.� Specific services, frequencies, and methodologies, beyond a minimum level, are not provided.� The Service Provider will be responsible for ensuring that the contract Performance Standards are achieved.� In general, these will address keeping the facility systems and equipment fully operational on a continuous basis, maintaining life safety code compliance, maintaining environmental permitting and LEED requirements, providing emergency maintenance and/or repair support within designated timelines to restore facility, system, or equipment availability, and ensuring an outstanding professional and technical relationship is developed and maintained to allow the successful provision of all services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Contract Number:� HC1028-15-C-0013 Contract Type: Firm Fixed Price (FFP) Incumbent and size: GCR / Small Method of previous acquisition: Small Business set aside Period of performance:� (Nov 2015 - Nov 2020) Place of Performance: DISA HQ Fort Meade, MD� 20755 REQUIRED CAPABILITIES: Interested vendors are requested to submit a maximum 5 page statement of their knowledge, experience and capabilities to perform the following in a SECRET open storage facility: a) Central Utility Plant Operations and Reliability Centered Maintenance b) Buildings Operations, Preventative Maintenance, and Reliability Centered Maintenance c) Maintenance and Repair d) Janitorial Services SPECIAL REQUIREMENTS Contractor must possess a SECRET facility clearance before contract award. Personnel must have Secret clearance. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 561210, with the corresponding size standard of $41.5M. �This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code.� To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative and their business title; Type of Small Business; CAGE Code; Your contract vehicles that would be available to the Government for the procurement of the product and/or service, to include ENCORE III, SETI, General Service Administration (GSA): OASIS, ALLIANT,� VETS, STARS II, NIH, NASA SEWP, Federal Supply Schedules (FSS) (including applicable SIN(s)), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) � Vendors who wish to respond to this should send responses via email NLT 8 January 2020 4:00 PM Eastern Daylight Time (EDT) to wayne.j.fagan.civ@mail.mil.� Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed in this Technical Description.��� �� � Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personnel reviewing submitted responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.� The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d0b06a63a22e4dceaa10f28a8f9a4623/view)
 
Place of Performance
Address: Fort George G Meade, MD 20755, USA
Zip Code: 20755
Country: USA
 
Record
SN05521968-F 20191221/191219230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.