Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 23,2000 PSA#2628

Department of the Treasury, Internal Revenue Service (IRS), I.R.S. Southeast Procurement Branch (A:P:R:SE), 2888 Woodcock Boulevard, Suite 300, (Stop 80N), Chamblee, GA, 30341

S -- FACILITIES OPERATING SUPPORT SERVICES, TO INCLUDE MANAGEMENT, OPEATIONS, MAINTENANCE, REPAIR & MINOR CONSTRUCTION AND SUPPORT SERVICES SOL TIRSE-00-R-00004 DUE 080700 POC Lucy Picciolo, Contract Specialist, Phone 404-338-9229, Fax 404-338-9231, Email lucy.picciolo@irs.gov -- Rebecca Storey, Procurement Technician, Phone 404-338-9227, Fax 404-338-9231, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=TIRSE-00-R-00 004&LocID=2122. E-MAIL: Lucy Picciolo, lucy.picciolo@irs.gov. The solicitation is for consolidated facilities management, operations, maintenance, service, repair and minor construction/alteration services at the Internal Revenue Andover Service Center (ANSC) through a combination firm fixed-price and indefinite delivery indefinite quantity (IDIQ) contract. The Contractor shall provide the management, supervision, labor, materials, tools, equipment and transportation necessary to operate, maintain, repair, and alter the facilities, buildings, structures, grounds and related systems and equipment, and provide services and general support. Work management requirements include work receipt and classification, scheduling, material inventory control, labor and equipment scheduling, work status, and report generation. Work will consist of routine and emergency service calls; operations and maintenance; repair and renovation under IDIQ. This work includes, but is not limited to, the following functional areas: 1) Facilities management; 2) Operation, maintenance and repair of buildings and structures including support systems and sub-systems; 3) Solid waste handling and disposal; 4) Custodial services; 5) Pest control services; 6) Snow and ice removal; 7) Facility user support services; and 8) IDIQ work. The Andover Service Center (ANSC) located at 310 Lowell Street, Andover, MA consists of a 36.7-acre installation with a single story approximately 400,000 SF (gross) building in and a 135,000 SF facility located at 96 Milk Street in Methuen, MA. The Andover installation is owned by the United States General Services Administration (GSA) and provided to the Internal Revenue Service (IRS) for use through a building delegation agreement. GSA leases the Methuen Annex for IRS use. The lease term ends May 31, 2005. The Andover building was constructed in two phases during the late 1960s. The original central core of about 280,000 SF was completed in 1966 followed by the east and west wings in 1969. The slab-on-grade building has concrete masonry unit (CMU) walls with a brick veneer. The roof is a ballasted elastomeric membrane over rigid insulation on a lightweight gypsum slab. The roof is supported by a system of steel beams and columns. A series of mechanical penthouses are also supported by the roof support system. The building interior has a combination of CMU, drywall on stud, and de-mountable partitions. Ceilings are almost exclusively suspended acoustic tiles. Flooring is primarily vinyl composite tile. Some office areas are upgraded with carpet. The improved grounds include approximately 370,000 SF of turf and cultivated area, 815,000 SF of parking, roads and sidewalks including three paved parking areas with approximately 1600-vehicle capacity, and 5,750 linear feet of perimeter security fence. The leased Methuen Annex is a 135,000 SF building constructed in 1985. The slab on grade building has CMU walls with a brick veneer. The roof is a ballasted elastomeric membrane over rigid insulation on a lightweight gypsum slab. The roof is supported by a system of steel beams and columns. Mechanical systems are roof mounted without penthouses. A record storage area is located on the first floor and in a mezzanine section over a portion of the first floor area. The interior has drywall on stud and de-mountable partitions. Ceilings are mostly suspended acoustic tiles and flooring is primarily vinyl composite tile. The exterior grounds consist of 10,000 SF of turf and cultivated area, 144,000 SF of parking, roads and sidewalks, including three paved parking areas with approximately 470-vehicle capacity, and 3,300 linear feet of perimeter security fence. Contractor responsibility at the Methuen Annex for operation, maintenance and repair of buildings and structures including support systems and sub-systems will be limited to IDIQ task orders issued by the Government. The Contractor shall be fully responsible for specified performance results for the fixed-price services of solid waste disposal, custodial and pest control at this location. The daily population at Andover will range between a peak of 3900 and a low of 1500 during the 7:00 AM to 4:30 PM shift and a maximum of 1800 and a low of 650 during the evening and night shifts. The daily population at the Methuen Annex will range between 780 and 600 during the day shift and 350 and 125 during the other shifts. The specification that forms the basis of the contract is a performance type specification that describes desired end results and does not prescribe specific actions to be taken. Interested Offerors shall submit detailed proposals in accordance with instructions contained in the solicitation. Offerors will be expected to propose how the desired end results will be achieved. The Contractor shall propose approaches, methods and technologies to achieve the results and develop the applicable procedures and schedules to perform the work. The successful offeror_s proposal will become a part of the specification. This contract consolidates work now performed in multiple government contracts. Management and coordination to obtain required results from multiple sources (subcontractors) shall be the Contractors responsibility. The contract includes multiple 12-month renewal options with a maximum performance period of 10 years. The intent of the 10-year duration is to afford offerors the opportunity to take a long term approach to operating and maintaining the facility. The solicitation will be posted electronically on or about JULY 06, 2000. TO VIEW THE COMPLETE SOLICITATION ON OR ABOUT JULY 06, 2000, GO TO THE FOLLOWING WEBSITE: www.procurement.irs.treas.gov. In case of problems, contact Lucy Picciolo at 404/338-9229. The website should be checked frequently for updates. A combined preproposal conference and site inspection is tentatively scheduled for WEDNESDAY, JULY 19, 2000 at the Andover Service Center. Prospective offerors MUST contact Lucy Picciolo or Jean Storey at the IRS Southeast Procurement Office to schedule their attendance. Ms. Picciolo or Ms. Storey may be contacted prior to JULY 19, 2000 for details pertaining to the preproposal conference. Fax requests will be accepted at 404/338-9231, marked to the attention of Lucy Picciolo or Jean Storey. Provide source name, name and title of person(s) to attend conference, mailing address, telephone and fax number, and Email address. Only SMALL BUSINESSES having relevant contract experience performing similar facilities operations and support services that are comparable in size and complexity will be considered qualified for award. The Standard Industrial Code (SIC) for this acquisition is 8744 and the small business size is $20 million. All responsible SMALL BUSINESSES may submit a proposal, which shall be considered by the agency. See Notes 1 and 26. Posted 06/21/00 (D-SN466954). (0173)

Loren Data Corp. http://www.ld.com (SYN# 0110 20000623\S-0005.SOL)


S - Utilities and Housekeeping Services Index Page