Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

S -- Montana LPOE Full Facility Services

Notice Date
11/3/2022 9:45:32 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R8 LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
MontanaLPOEFullFacility
 
Response Due
11/21/2022 1:00:00 PM
 
Point of Contact
Tiffany Campbell
 
E-Mail Address
R8rspteam@gsa.gov
(R8rspteam@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
General Services Administration is seeking a viable qualified Contractors that have performed or have the capability to perform Complete Facility Support Services (which includes Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and Other related Services) in Montana U.S Land Ports of Entry (LPOE) and Havre Border Patrol Sector Headquarters (BPSHA). This procurement is pursuant to NAICS CODE 561210 Complete Facilities Maintenance & Management (Maintenance & Repairs).� Locations to include but not limited to:� -Raymond LPOE, Raymond, MT� - Roosville LPOE, Roosville via Eureka, MT� - Piegan LPOE, Piegan via Babb, MT� - Chief Mountain LPOE, Chief Mountain via Babb, MT� - Havre BPSHQ, Havre, MT� - Sweetgrass LPOE, Sweetgrass, MT� -Turner LPOE/Climax BS, Turner MT� � Description of Work: This requirement will provide Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, testing, inspection and repair of equipment and systems to include required contract reports/reporting.� The operations and maintenance will include electrical systems and all associated equipment, including lighting/systems, high voltage power distribution equipment, a diesel emergency backup power generator, photovoltaic solar power and all associated systems; mechanical, plumbing, energy management control systems, building automation systems (BAS), � advanced meters, smart building programs and associated equipment and heating, ventilation, and air conditioning systems and all associated equipment; fire protection and life safety systems and all associated equipment in accordance with NFPA 72; architectural and structural systems, fixtures, and all associated equipment; service call management within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions; maintenance of office building dock overhead roll-up door and parking facility high speed vehicle rollup doors to include ADA door openers within this facility; domestic water equipment, and systems; water fountains, water bottle refill stations, an ice/water dispenser and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the Contracting Officer�s Representative; roofs, anchors, davits and associated roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair. The buildings are made up of misc.-type building (to include: Inspection bldgs, garages, firing ranges, water treatment centers, pumphouses, generator bldgs, etc.) secured/unsecured building space, restrooms, stairwells, public elevators, elevator lobby, conference rooms, kitchenettes, administrative, fitness center, loading dock and a traditional ground level building loading dock.� There is a need for a highly qualified contractor to provide a wide variety of maintenance and� services for the associated buildings and willing to partner with the Government. The tenants occupying the buildings require continuous building operation to support their agency operations/mission. It is imperative that the selected contractor has experience successfully maintaining and operating multiple-tenant, multi-story buildings, multiple facilities (that contain multiple blds within each facility), high-security areas and individually conditioned IT server rooms.� Several Specialist services will be required with this procurement to include:� Maintenance of Historic Border station and quarters (Apartment) Building Custodial Services and Maintenance of Armory /Indoor Firing Ranges Pump Houses/Water Treatment facilities performed by a certified technician� The resultant contract will be a firm fixed-price contract for a one-year base, with Six one-year options. The contractor will have a transition period tentatively starting March 1, 2023 to April� 30, 2023, at no cost to the Government, with actual performance period tentatively commencing on or about May 1, 2023. Information Requested: Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information. Company Information: Name, address, business size. Company status: *Company size and applicable socioeconomic status Affiliate information: parent company, joint venture partners, and potential teaming partners. Schedule Contract (if Applicable): Schedule contract number, SINs, and the final expiration date of the FSS Contract Relevant Experience: Provide summaries for one to three similar projects (as described above) that demonstrate the small business firm's relevant experience in Facility maintenance to include Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and Management, Housing facilities and Indoor Firing ranges� and multiple facilities (that contain multiple blds within each facility). Identify if you have any pre established relationships with Subcontractors in any of the identified locations.� Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-5) as stated above. All responses are due As soon as possible but no later than Monday November 21, 2022 at 2:00 PM MST and shall be submitted to: Tiffany Campbell Recurring Contracts Contracting Officer R8rspteam@gsa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1de12f8c9d164816a95de1323167e74f/view)
 
Place of Performance
Address: Babb, MT, USA
Country: USA
 
Record
SN06509776-F 20221105/221103230102 (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.