Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOLICITATION NOTICE

S -- Montana Interstate Facilities Engineering and Full Facilities Services

Notice Date
9/20/2024 3:37:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0024R0108
 
Response Due
10/4/2024 10:30:00 PM
 
Archive Date
10/19/2024
 
Point of Contact
Dylan White
 
E-Mail Address
dylan.white@gsa.gov
(dylan.white@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Request for Proposal.�Solicitation No. 47PJ0024R0108 is issued as a request for proposal (RFP).� This solicitation and contemplated contract incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of all clauses and provisions may be accessed electronically at:� www.acquisition.gov. Small business Set-Aside Notice:� This is a 100% Total Small business Set-Aside (FAR 19.5) solicited under NAICS 561210 with a small business size standard for $47.0 million. The Government anticipates award of one (1) indefinite-delivery, indefinite-quantity (IDIQ) contract with one base year, three one-year options, a five-month option term, and an option to extend services up to six months. See the Pricing Sheet attachment for a list of the required services, items, quantities, and units of measure. A Standard Form 1449 will not be issued with this solicitation announcement. As part of pre-award activities, the pricing details of the selected best value offer will be allocated on the Standard Form 1449 to specific contract line item numbers, which are generally specified by period of performance (base and options) and the location of the Federal properties covered by the contract requirements. The contract line item numbers are further divided into subcontract line item numbers by type of activity. The Basic Services are performed on a recurring basis, but the quantities and units for such services will be identified and described in terms of months. The contract line item numbers will also include a line for indefinite quantities for each period of performance (base and options) to perform Additional Work through placement of task orders. 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 - January 31, 2026 Option Year I:� � � � � � � � � � � � � � � � � � � � � � � � � � February 1, 2026 - January 31, 2027 Option Year II:� � � � � � � � � � � � � � � � � � � � � � � � � �February 1, 2027 - January 31, 2028 Option Year III:� � � � � � � � � � � � � � � � � � � � � � � � � February 1, 2028 - January 31, 2029 Option Period IV:� � � � � � � � � � � � � � � � � � � � � � � February 1, 2029 - June 30, 2029 Option to Extend Services up to Six Months:� �July 1, 2029 -� December 31, 2029 GENERAL DESCRIPTION:�The General Services Administration (GSA), Public Buildings Service (PBS), Region 8 (hereinafter also referred to as �Region 8�) has a�bona fide need�for facilities engineering and full facilities services, which are described in attached Specification, as part of PBS� recurring services program for the operations and maintenance of GSA-controlled space. Generally, the required services include, but are not limited to, the following services: facilities engineering, operations and maintenance (O&M), snow removal, landscaping, grounds maintenance, integrated pest management, custodial services, 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. 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 system (QMS) is a critical component for establishing the processes, methods, approaches, and measures necessary to achieve the established program goals. 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 work requires the contractor to complete all scheduled and unscheduled maintenance and repair work of building equipment and systems. 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 facilities standards (P100), sensor technology, diagnostic software, the contractor�s experience and plans, and other sources. 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. 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). Additional work for unknown quantities and unscheduled activities may include correction of equipment problems, adjustment 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 requirement also includes 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 (FEM) 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. Please refer to the attached National Consolidated Facilities Engineering Specification for the Montana Interstate Facilities Engineering and Full Facilities Services (""the Specification"") for more details. INSTRUCTIONS TO OFFERS:��The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition. The provision at 52.212-1 is tailored and includes addenda with expanded details and instructions. See the attached solicitation document entitled Montana Interstate Facilities Engineering and Full Facilities Services, Request for Proposal to Award a Single-Award Indefinite-Delivery, Indefinite-Quantity Contract, for Solicitation No. 47PJ0024R0108. EVALUATION FACTORS:��The evaluation criteria are described in Section F of the solicitation document� entitled Montana Interstate Facilities Engineering and Full Facilities Services, Request for Proposal to Award a Single-Award Indefinite-Delivery, Indefinite-Quantity Contract, for Solicitation No. 47PJ0024R0108. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In the best value evaluation, non-price factors, when combined, are more important than the price. Price becomes more important in the tradeoff analysis as the difference between the non-price and price factors is less significant. The non-price factors listed below are in descending order of importance.�See the solicitation document for more details. The Government will use the following factors to evaluate offers: Factor 1:� Quality Management System Factor 2: Staffing Plan Factor 3: Relevant Experience Factor 4: Past Performance Factor 5: Energy Optimization Approach Factor 6: Socioeconomic Status OFFEROR REPRESENTATIONS AND CERTIFICATIONS:��A completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, shall be submitted with the proposal if not available through the System for Award Management (SAM) at www.sam.gov. CONTRACT TERMS AND CONDITIONS:� The clause at 52.212-4, Contract Terms and Conditions--Commercial Products and Commercial Services, and any addendum to this clause, applies to this acquisition. TERMS AND CONDITIONS IMPLEMENTING STATUTES OR EXECUTIVE ORDERS:��The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services, applies to this acquisition. ADDITIONAL TERMS, CONDITIONS, and PROVISIONS:��The solicitation documents and other attachments to this announcement specify additional terms, conditions, and provisions applicable to this acquisition. Please refer to the attached documents for details. SITE VISITS & PREPROPOSAL CONFERENCE.��Please refer to the solicitation and attachments for details about site visits and the prepropsoal conference. PROPOSAL DEADLINE:�Please refer to the solicitation and attachments for details about the proposal deadline. AMENDMENT HISTORY: September 13, 2024 - Amendment 0001 Issued - See attachment titled SF30_47PJ0024R0108_0001 for details. September 17, 2024 - Amendment 0002 Issued - See attachment titled SF30_47PJ0024R0108_0002 for details. September 20, 2024 - Amendment 0003 Issued - See attachment titled SF30_47PJ0024R0108_0003 for details. Notice:� Conforming copies of solicitation attachments affected by the above amendments to the solicitation are uploaded and available for download through the System for Award Management, Contract Opportunities domain. Updated documents available for download in the attachments section of the solicitation announcement are titled as follows� Solicitation Montana Interstate Full facilities Services_as amended 20240917 PWS Region 8 MT FE_FFS RFP Attch 1 � Relevant Experience � MT Interstate FFS_Revision 1_20240917 RFP Attch 5 � WD Yellowstone_Gallatin_Silver Bow_amended 20240913 RFP Attch 6 Pricing Sheet Montana Interstate FE_FFS_as amended 20240913
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a7dd6f0a057491dbb36f967c81456aa/view)
 
Place of Performance
Address: Billings, MT 59101, USA
Zip Code: 59101
Country: USA
 
Record
SN07219550-F 20240922/240920230117 (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.