Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

Z -- Consolidated Facilities Management

Notice Date
4/22/2021 1:53:00 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0021R0078
 
Response Due
6/7/2021 8:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Joe Loersch, Phone: 3128061757
 
E-Mail Address
joseph.loersch@gsa.gov
(joseph.loersch@gsa.gov)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
The Request for Proposal (RFP) solicitation is anticipated to be issued on or about May 6, 2021. The General Services Administration is a Request for Proposals for the Consolidated Facilities Maintenance services to�HUBZone vendors�under NAICS code 561210 - Facilities Support Services at the following locations: Location 1: Edward J Devitt U.S. Courthouse & Federal Building 118 S. Mill St. Fergus Falls, MN 56537 Location 2: Social Security Administration Building 404 2nd Street Austin, MN 55912-3010 Offers will be due on or about June 7, 2021 (the actual date of receipt for proposals will be stated on the solicitation).� No public bid opening procedures are applicable for this solicitation.�Anticipated start date is September 1, 2021. The contract being considered will be for a six month base period, a nine month optional period, and 3 three month optional periods. Interested parties should note that the actual terms of the Solicitation, including Performance Period, is subject to change. Interested parties should note that the Fergus Falls, MN and Austin, MN locations are located roughly a 2-2.5 hour drive away from the Minneapolis-St. Paul metropolitan areas. Interested parties should consider their interest in and capability of performing in outlying areas. The CFM approach combines facilities related contracts into a single contract designed to reduce administrative costs and simplify the management of various building services. This is a Performance Based Contract which focuses on outcomes as opposed to prescriptive requirements. This performance-based requirement demands a greater emphasis by the contractor on self-evaluation, robust quality control processes and strict oversight of building operations to ensure the highest level of efficiency. Facilities Management: The Contractor as Facility Manager shall provide all management, administrative, supervision, labor, subcontractors, materials, supplies, equipment and travel necessary, and shall plan, schedule, coordinate and assure effective completion of all work and services. Facilities shall be maintained in an efficient, economical, and satisfactory manner. O&M: The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line to include the following: Electrical systems and equipment; Mechanical, plumbing, and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment; Fire protection and life safety systems and equipment; All Building Monitor and Controls systems; Architectural and structural systems, fixtures, and equipment within the site (to the property line); Service request desk operations; landscape irrigation systems; Security fixtures including but not limited to locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems; and Elevator and vertical transportation systems. Custodial: The Contractor shall provide comprehensive cleaning services, including dusting, vacuuming, window- washing, floor-cleaning, restroom cleaning, snow and ice removal, trash and recycling collection, grounds maintenance; and pest management at both locations. Elevator: The Contractor shall provide full elevator maintenance service for Location 1 Fergus Falls, in�� compliance with the ASME Safety Code requirements, manufacturer's recommendations, Elevator Industry Field Employees' Safety Handbook, National Electrical Code, and all other applicable laws, regulations, rules, ordinances, codes, etc. Full maintenance service is defined as all services, repairs, inspections and testing necessary to maintain all elevators, appurtenances, and accessories in a fully operational mode at all times except for pre-scheduled downtime including all labor, parts and materials for 3 months. ESTIMATED SQUARE FOOTAGE (SF): The following are estimated square footage totals. Please note that these figures are estimates. Only the offeror is responsible for verifying dimensions and quantities. LOCATION 1 (Fergus Falls) BUILDING STATISTICS INTERIOR: 51,889 SF* EXTERIOR: 0.8 Acres* LOCATION 2 (Austin) BUILDING STATISTICS INTERIOR: 6,146 SF* EXTERIOR: 0.3 Acres* This is a negotiated, best value procurement. Evaluation factors will consist of Past Performance and Total Evaluated Price. The solicitation will be available for download through the Beta.SAM.gov website. All interested vendors must be registered with this website, as well as the System for Award Management (SAM) (www.beta.sam.gov ) in order to download the solicitation and amendments. Offerors will be responsible for downloading the solicitation and for monitoring BetaSAM for amendments and/or additional information. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted to General Services Administration, Public Buildings Service, Acquisition Management Division, Attn: Joe Loersch, Contracting Officer via email at joseph.loersch@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d2e30c7e14cd403db0b704ddec15c73a/view)
 
Place of Performance
Address: Fergus Falls, MN 56537, USA
Zip Code: 56537
Country: USA
 
Record
SN05980456-F 20210424/210422230114 (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.