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