Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2003 FBO #0509
SOLICITATION NOTICE

Z -- Building Operations and Maintenance

Notice Date
4/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Office of Personnel Management, Office of Contracting and Administrative Services, Contracting Division, 1900 E Street, N.W., Room 1342, Washington, DC, 20415-7710
 
ZIP Code
20415-7710
 
Solicitation Number
OPM-RFP-03-0008TLA
 
Archive Date
5/20/2003
 
Point of Contact
Terry Anderson, Contract Specialist, Phone 202/606-4056, Fax 202/606-1464,
 
E-Mail Address
tlanders@opm.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The Office of Personnel Management has a requirement for a Contractor to provide building operations and maintenance services in support of the Office of Personnel Management, Facility Service Division located in the Theodore Roosevelt Federal Building (TRB), Washington, DC. This is a combined synopsis/solicitation for commercial items 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. Solicitation OPM-OPM-RFP-03-0008 is issued as a Request for Proposal (RFP). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-12. This acquisition is set-aside for small businesses with the assigned North American Industry Classification System Code of 238220. The small business size standard is $12.0 million or less in average annual receipts over the company?s prior three fiscal years. The Government intends to award a firm-fixed price labor hour contract with a base period of one year and four one-year options for a total period not to exceed five years. The Contractor shall provide the labor necessary to perform the services set forth in the Work Statement. DESCRIPTION/SPECIFICATIONS/ WORK S TATEMENT 1.0 The Contractor shall provide the labor to perform services that include, but are not limited to, operation, modification, and maintenance of the building's electrical, mechanical, plumbing, heating, steam distribution ventilation and air conditioning systems (HVAC), under the general direction of the TRB Building Manager and Team Leader. 1.1. The contractor?s responsibility under the contract may not exceed the limits of the TRB Building Manager and Team Leader direction, unless specific action is necessary to ensure safety or protection of property. 1.2. The primary purpose of this position is to maintain/ repair and operates, at a journeyman skill level, a variety of air conditioning, refrigeration, electrical and heating systems. 1.3. The duties shall include: Operates, installs, troubleshoots, modifies and makes repairs to a variety of systems and equipment, including industrial type air conditioning, refrigeration and heating equipment. 1.4. The person/s shall also modify and repair new and existing utility, supply, and disposal systems and equipment such as, sewage, water, pumps, other distribution systems, and fire sprinkler systems. 1.5. The person/s assigned installs, modifies, and repairs systems by locating and tapping main lines, setting up system routes, placing and cutting route openings, placing of support hangers for proper level and slope, and determining and installing valves, traps and unions needed for the operation of the individual systems. 1.6. The person/s assigned will be performing a variety of maintenance and repair duties in the mechanical section of facility operations. 2.0. The duties shall include: 2.1. Installs, modifies, repairs, and tests new and existing air conditioning equipment. 2.2. Performs scheduled maintenance on air handlers and air conditioning equipment. 2.3. Trouble shoots mechanical, electrical, controls, evaluates and performs corrective and appropriate action. 2.4. The person/s will install, maintain, and repair steam distribution system pipes, fittings, pressure-reducing stations, valves, and fittings, troubleshoots steam systems and steam reducing devices. 2.5. The person/s will be capable of brazing and soldering fittings, pipes, and equipment. 2.6. The person/s utilizes blue prints, engineering electrical, structural, control wiring, drawings, and repair manuals. 2.7. The person/s will respond to complaints of HVAC failures, electrical problems, plumbing problems, and passage door and cabinet problems. 2.8. The Person/s installs and relocates wall appliances in occupied areas, interfaces with occupants and initiates necessary repairs/or modifications to alleviate the problem. 2.9. The person/s will install or patch different wall systems. 3.0. The Contractor shall furnish all required hand tools. 3.1. The contractor will be responsible for supplying their personnel with a company identifying collard shirt and work slacks (no jeans). 3.2. The person/s will be required to wear appropriate safety leather footwear. 4.0. The anticipated performance period is May 27, 2003 through May 26, 2004, with four (4) 1-year options. 4.1. Estimated level of effort is 2 mechanics with a minimum of 4160 hours combined between the normal building activity during regular business hours of 5:00 AM and 6:00 PM (EST), Monday to Friday, excluding federal holidays over the specified performance period under the awarded contract resulting from this solicitation. Over-lapping start times of the person/s for the work day will be required to achieve coverage between the normal building activity hours. (Example: 1 from 5:00 AM to 1:30 PM and 1 from 9:00 AM to 6:30 PM). 5.0. To meet occasional building operations and maintenance needs, the contractor may also be asked to provide this support on weekends, before 5:00 AM or after 6:00 PM, or on federal holidays. 5.1 The Government estimates these over-time hours will not exceed 300 man-hours over the specified performance period under the awarded contract resulting from this solicitation. 6.0. Interested firms are invited to submit a monthly fixed price for performing these services, and a separate fixed hourly rate for performing additional services outside of the regular hours stated above or during federal holidays. These fixed, monthly and overtime hourly rates shall constitute the only basis for payments as consideration for contract services rendered. 7.0. Contractor personnel qualifications: Contractor personnel must be a licensed Mechanic with a Washington, DC Class Three (3) Engineer?s License or a state of Maryland Class One (1) Engineer?s License. 7.1. Working conditions: The contractor may be asked to perform these services in, on, around, over and under fixed equipment and furniture; may work from ladders, lifts and scaffolding; and may be asked to manipulate heavy equipment, tools and supplies and or exert forces up to 70 pounds. The contractor shall ensure that the services are performed in accordance with industry standards for safety. OPM shall inspect services delivered by the Contractor and provide the Contractor with written notice of unacceptable services, actions, and/or issues. The Contractor will be required to correct defective work at no additional cost to the Government. The following FAR clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS. Offers should include the following information which has been added as addenda to FAR 52.212-1. Proposals should be submitted in two volumes, technical and cost. The technical proposal should be submitted in an original and two (2) copies. The cost proposal should be submitted in an original and 1 copy. The Technical Proposal shall contain the following information: 1. a description as to how the contractor intends to perform the work described in this RFP along with a detailed schedule for performing the required tasks identified in this solicitation. 2. A summary of recent, relevant past performance information on similar building maintenance efforts undertaken by your organization in either private, Federal, state or local agencies that demonstrates an ability to provide the services set forth in this solicitation. Summaries should identify the type of work performed, the agency where the work was performed, the names and phone numbers of Technical Representatives, Contracting Officers, Administrative Contracting Officers or equivalent references for non-Government work, contract start dates, scheduled and actual completion dates, contract numbers and amounts, and a description of any quality awards or certifications (i.e. Malcolm Baldridge Quality Award). 3. A detailed description of a quality control plan to be implemented by the offeror that will assure the quality and timeliness of services provided. The proposal will become the property of the Government and will not be returned. If the proposal contains information you do not wish disclosed to the public or used by the Government for any purposed other than evaluation of the proposal; then such restriction must be clearly indicated on each sheet containing such information. The Government reserves the right to make an award without discussion of the proposals received under this solicitation. Accordingly, Offerors should submit their proposals on the most favorable terms possible from both a technical and pricing standpoint. The Cost Proposal shall contain the following information: 1. Proposals should include a proposed labor category, that best corresponds to that of Mechanic, a proposed monthly cost for providing the services outlined in the Work Statement, and a proposed hourly rate for overtime hours and federal holidays outside of the regular hours stated above. Offers shall include proposed rates for both regular and overtime hours. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS and shall include the following factors as addenda to this provision: Offerors responding to this solicitation will be evaluated using the factors below. The technical proposal must specifically address each of the following factors, listed in descending order of importance, in a manner that will make apparent the Offeror?s proven ability to provide building operations and maintenance support. The technical merit of offers will be weighted substantially more than cost. ?Best value? will be determined by: 1. Proven successful experience in performing high quality building operations and maintenance support. 2. A trained and certified effective operations and maintenance workforce skilled in performing the daily operations and facility support. 3. Appropriate use of trade technology and techniques to troubleshoot and correct deficiencies in a timely manner. 4. Past performance: Past Performance will be evaluated by analyzing the responses of the Offeror?s current and previous customers, including those identified in the proposal and others the CO may identify. Overall quality of performance, timeliness of service, adherence to contract requirements and cooperation with the customer will be evaluated. The evaluation may include the performance of key personnel, now working for the offeror, who may have relevant past performance acquired with firms, other that the offeror. Cost Evaluation: The Government may use price analysis to evaluate the prices proposed, not only to determine whether the price is reasonable, but also to determine the Offeror?s understanding of the work and the ability to perform the contract. The Price Proposal will be evaluated for the base period and all option periods. The Price Proposal shall be evaluated to determine completeness (responsiveness in providing all RFP requirements) and reasonableness (acceptability and validity of the price estimating methodology.) To assist in determining reasonableness, evaluation of an Offeror?s proposal may include verification of the rates proposed. All offers must include a complete copy of the provision 52.212-3 OFFEROR REPRESENTATION AND CERTIFICATION?COMMERCIAL ITEMS. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS; FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS; FAR 52.245-2 GOVERNMENT PROPERTY (FIXED PRICE CONTRACTS-ALTERNATE 1); and any additional contract requirements or term and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices. Interested parties may submit offers to Terry L. Anderson, Contract Specialist, Office of Personnel Management, Contracting Division, Room 7520, 1900 E. Street, N.W., Washington, D.C. 20415, no later than May 05, 2003, 3:00 p.m. eastern standard time. Offerors may contact Terry L. Anderson at, (202) 606-4056 or via email tlanders@opm.gov for more information regarding this solicitation.
 
Place of Performance
Address: U.S. Office of Personnel Management 1900 E. Street, NW Washington, DC
Zip Code: 20415-7720
Country: United States
 
Record
SN00308649-W 20030423/030421213750 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.