Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOURCES SOUGHT

S -- Montana Interstate Full Facilities Services

Notice Date
7/1/2024 5:44:41 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
EQ8PSBA_25_xxxx
 
Response Due
7/10/2024 8:59:00 PM
 
Archive Date
07/25/2024
 
Point of Contact
Dylan White
 
E-Mail Address
dylan.white@gsa.gov
(dylan.white@gsa.gov)
 
Description
This is a sources sought synopsis for the General Services Administration, Public Buildings Service, Region 8. This is not a solicitation announcement, and there is no request for proposal or related documents. This synopsis is a means of market research to, in part, identify small businesses interested in this opportunity with the technical capabilities and resources to perform the work. Additionally, information gathered from market research may be used to assess the competitive environment, method of solicitation, interest from potential sources, type of contract, content of the solicitation, method of evaluation, and type of set-aside used in the procurement, if any. Furthermore, information gathered from this sources sought notice may be used for any other planning purposes and decisions about the procurement process. This sources sought shall not be construed as a request for proposal nor as a commitment by the Government. This notice does not commit the Government to issue a solicitation or make an award for the described project requirements. Submission of any information in response to this notice is voluntary and the Government assumes no responsibility, financial or otherwise, for any costs incurred or information relied upon in this sources sought notice. Any information described in this sources sought notice is subject to change at the sole discretion of the Government. Place of Performance: James F. Battin U.S. Courthouse, 2601 2nd Avenue North, Billings, MT 59101 Federal Building and U.S. Post Office, 10 E Babcock Street, Bozeman, MT 59715-6202 Mike Mansfield Federal Building & U.S. Courthouse, 400 N Main Street, Butte, MT 59701-8866 Anticipated Period of Performance: Base Year: � � � � February 1, 2025 - June 30, 2025 Option Year I:� � �July 1, 2025 - June 30, 2026 Option Year II:� � July 1, 2026 - June 30, 2027 Option Year III: � July 1, 2027 - June 30, 2028 Option Year IV:� July 1, 2028 - June 30, 2029 General Description of the Anticipated Scope: The General Services Administration (GSA), Public Buildings Service (PBS), Region 8 (hereinafter also referred to as �Region 8�) has an existing full facilities services contract for three (3) Federal properties in Montana. The services under the existing contract include operations and maintenance (O&M), snow removal, landscaping, grounds maintenance, integrated pest management, custodial, waste management, and other facilities related services. The Battin U.S. Courthouse in Billings, MT does not require custodial services and waste management services. The Federal properties are located along the Interstate 90 corridor with a distance of approximately 225 miles between the two properties furthest from each other. The approximate total square footage of the properties covered by this requirement is 314,000 gross square feet. Some characteristics that deserve consideration as part of the full facilities services in this portfolio of three buildings include historic preservation concerns, LEED Gold certification, systems and equipment at end of life (specifically in the Mansfield FB & USCH), equipment and systems in mid-rise structures, and various modernization projects. The Mike Mansfield FB & USCH has a planned capital project anticipated to start in the Summer 2026 for seismic upgrade and limited scope modernization. The general project requirement includes replacement of major building systems at the end of their useful life with high-performing electrical systems and materials. The building systems anticipated to be impacted by this modernization project includes architectural elements, building facade, roof, structural repairs, HVAC, electrical subpanels, receptacles, exterior egress lighting, solar panels, rainwater collection, sewer, plumbing fixtures, and water heater. The facilities engineer prime contractor will be an important stakeholder because of the technical expertise and knowledge for design and constructability considerations concerning maintenance and operations of the systems and equipment. Region 8 has a bona fide need for the continuation of these full facilities services, which are described in detail below, as part of PBS� recurring services program for the operations and maintenance of GSA-controlled space. The new requirement will also incorporate facilities engineering as part of the performance based statement of work (PBSW). GSA, PBS has revised its facilities requirements, specifically for O&M services, to include performance through a facilities engineering model that covers three general areas: facilities engineering, systems thinking, and program strategy. Facilities Engineering:� The Government requires the contractor to implement innovative solutions to manage the complex interactions among the systems, equipment, subcomponents, and facilities environment. The contractor is required to provide facilities engineering services to achieve data-driven decisions and recommendations in the operations, maintenance, and management of facilities. The contractor is required to provide resources, technical expertise, support, processes, issue identification, problem-solving, decision-analysis, prioritization of activities, decision making, and recommendations as an integral part of its operations and maintenance activities. Systems Thinking:� The contractor must leverage its managerial and technical expertise to take a holistic approach in the management of assets. A systems thinking approach requires the contractor to thoroughly analyze alternatives and consider the impact of decisions and activities on the built environment, facility performance, costs of maintenance and operations activities, and the various program goals and objectives. The system thinking approach requires the contractor to recognize trade-offs and achieve an optimal balance among program strategies. Program Strategy:� The new facilities requirements are written to include broad program goals and specific targets for facilities operations, maintenance, and management (program strategy). The contractor is responsible for optimization of building performance and advancement of the various program goals and objectives (e.g., energy usage, water conservation, indoor environmental quality, systems longevity, and tenant comfort)� in the operations and maintenance of the facilities. All work is delivered through a performance-based service acquisition (PBSA) as described in a performance work statement (PWS). Performance standards are generally described through various regulations, laws, codes, standards established by professional associations/organizations, and standards established by GSA PBS in the Facilities Standards for Public Buildings Service (P100). Standards may also be described through a combination of equipment manufacturers� recommendations, sensor technology, diagnostics software, PBS O&M standards, the contractor�s experience and plans, and other sources. The contractor�s quality management program (QMP) is a critical component for establishing the processes, methods, approaches, and measures necessary to achieve the established program goals. Generally, the full facilities services includes work with mechanical systems and equipment, HVAC systems, chiller systems, boiler systems, cooling towers, water treatment, fixtures, electrical systems and equipment, lighting, energy management control systems, switchgears, photovoltaic systems and electrical vehicle support systems, plumbing, sanitary sewage systems, storm drainage systems, architectural systems, controls, building automation systems, advanced metering systems, fire protection and life safety systems, perimeter access control system components, emergency generators, transfer switches, oil analysis and changes, structural systems, custodial services, snow and ice removal, landscaping and grounds maintenance, waste management, interior and exterior window washing, and integrated pest management services. Vertical transportation systems are excluded from the project, but the contractor is responsible for maintenance of elevator associated equipment and systems (such as fire protection equipment and systems, ventilation and exhaust systems within hoist ways, elevator lobbies, and elevator machine rooms). It is imperative that the selected contractor has experience successfully maintaining and operating facilities with the following characteristics: multi-story buildings, occupied buildings, management of full facilities services for multiple buildings across different locations, historic preservation, and high-security areas. The work requires the contractor to complete all scheduled and unscheduled maintenance and repair work of building equipment and systems. The work includes services for all building systems and equipment, unless otherwise specified, to maintain a safe and healthy environment operating within normal parameters. Work includes service requests to keep the facility and equipment operational, properly maintained, safe, and in good working condition. The contractor must perform predictive and preventative maintenance to meet the standards outlined in the requirements. Generally, the standards are a combination of equipment manufacturers� recommendations, PBS O&M standards, sensor technology, diagnostic software, the contractor�s experience and plans, and other sources. The contractor must manage service calls within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions. Additional work for unknown quantities and unscheduled activities may include correction of equipment problems, adjustments to systems and equipment controls and parameters, unscheduled maintenance, minor building systems and equipment repairs, systems testing outside regularly scheduled services, systems and equipment diagnostics, responses to emergency situations to maintain and preserve assets, and above standard (or additional) custodial services. The contractor shall be responsible for the management of work orders and respond to service requests to take corrective action. The nature of some service requests may be identified as an emergency and require the contractor to respond outside of normal working hours. The Government requires the contractor to have capacity to respond to emergency requests to correct equipment, infrastructure, or system failures that constitute an immediate danger to life or property. The contractor shall provide facilities engineering services to achieve data-driven decisions and recommendations in the operations, maintenance, and management of facilities. The contractor shall provide technical and managerial expertise to assist in the holistic management of assets over the long term. The contractor shall provide resources, support, issue identification, prioritization, decision-analysis, problem-solving, and recommendations to achieve the goals and objectives described in the performance work statement. Efficiency of operation must be maintained by the contractor to preserve the asset value of the facilities, systems, and equipment and balance considerations for optimization of building performance and costs. Anticipated Dates for Procurement and Project: Anticipated Release of Solicitation: July 1, 2024 Anticipated Award Date: December 1, 2024 Anticipated Effective Start Date: February 1, 2025 Anticipated Period of Performance: five-month base period with three, one-year options The above dates are for informational and planning purposes only and may be subject to change. Contract Type: The anticipated type of contract is a firm-fixed price contract (or agreement). The Government intends to award either a single-award blanket purchase agreement (BPA) against the GSA�s Multiple Award Schedule (MAS) program or a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract. The project method of delivery is through performance-based services for full facilities services including facilities engineering. NAICS: The NAICS code for this procurement is 561210, Facilities Support Services, with a size standard of $47.0 million. Subcontracting: In accordance with FAR 52.219-14, Limitations on Subcontracting, contractors must perform at least 50 percent of the cost of the contract. Set-Aside: The Government intends to use information from this sources sought and other market research to guide decisions about any type of set-aside. At this time, no decision has been made to set-aside this requirement. Teaming Arrangements: If this requirement is solicited as a Part 8 procurement through GSA�s MAS program, then the Government does not intend to consider GSA Schedule Contract Team Arrangements for award (note: this is a different teaming arrangement than outlined in FAR subpart 9.6). Special MAS Considerations: Businesses interested in this opportunity are strongly encouraged to review their respective schedule contract for the items listed below. Provided this opportunity is solicited through GSA�s MAS program, the following may be taken into consideration as part of the request for quote-- Required MAS Special Item Numbers. Interested schedule holders may be required to have the following SINs under the Miscellaneous category, Complementary Special Item Numbers (SINs) subcategory: ANCILLARY, ANCRA, and OLM. Schedule Contract Duration. Schedule holders must have a GSA schedule contract duration that covers the entire potential period of performance for the BPA. Method of Evaluation: The Government plans to evaluate proposals (or quotes) through a best value selection and tradeoff process. Factors that may be evaluated include quality management, staffing plan, past performance, relevant experience, energy optimization, and price. It is anticipated that selection will be made based on the proposal (or quote) that represents the best value to the Government for the Montana Interstate Full Facilities Services for Billings--Bonzeman--Butte, Montana. In the evaluation of quotes, the non-price factors, when combined, are more important than price. The Government intends to evaluate proposals (or quotes) in two phases. In the first phase, the Government intends to evaluate the vendors� staffing plan and price. The Government intends to hold negotiations with vendors in Phase I of the procurement process. In the second phase, the Government intends to permit vendors to make revisions to its staffing plan and pricing. For Phase II, the Government intends to evaluate quality management, staffing plan, relevant experience, past performance, and energy optimization. The energy optimization factor may be evaluated as its own evaluation factor or as part of relevant experience. In Phase II, the Government intends to award without negotiations. The Government reserves the right to establish a competitive range in the interest of conducting an efficient procurement. The Government intends to evaluate pricing for realism, reasonableness, and balance. The Government reserves the right to eliminate proposals (or quotes) from further consideration because of problems with pricing that is unrealistic, unreasonable, or unbalanced. The Government may compare the pricing with the staffing plan as part of the evaluation to assess risks (such as schedule or performance risks) associated with the pricing (including non-price and technical factors). The details of the method of evaluation are subject to change based on planning decisions, and interested parties should reference the solicitation after it has been posted to Contract Opportunities through the System for Award Management (or eBuy system if solicited under GSA�s MAS program). Requests for Information: Interested small businesses capable of performing as a prime contractor that meet the requirements stated above are encouraged to submit a capability statement (no more than three pages) that provides the following information-- Company Information: name, address, and business size Socioeconomic Status: company size and applicable socioeconomic status SAM Unique Entity Identifier (UEI) (or other unique identification such as a DUNS number) Overview of Technical Capability and Experience: Provide an overview of your business entity�s technical capabilities and experience for projects with similar size, scope, and complexity as the requirements described in this sources sought notice. Specifically, it is requested vendors provide information about the value added to its full facilities services through its experience with facilities engineering. Please indicate any limiting factors that may make the project opportunity or procurement less attractive to your business. Please indicate any favorable factors that may make the project opportunity or procurement more attractive to your business. Are there any evaluation factors that are difficult to respond to for similar types of procurements? What are some of the specific challenges in responding to the identified evaluation factor? Instructions for Response: Interested small businesses are requested to respond directly by June 7, 2024, via email to the GSA Contracting Officer, Dylan White, at dylan.white@gsa.gov. Please include in the email the following information in the subject line: Montana Interstate Full Facilities Services. Note: Any proprietary information submitted in response must be clearly marked. Other Information: If a solicitation is released for the need described above, then all interested firms must be registered in the Government's System for Award Management (SAM) to be eligible to submit an offer.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8c3bd9077e5947beaf9ec97eb211b52f/view)
 
Place of Performance
Address: Billings, MT 59101, USA
Zip Code: 59101
Country: USA
 
Record
SN07114331-F 20240703/240701230113 (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.