Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2007 FBO #2021
SOURCES SOUGHT

M -- Consolidated Facilities Management of FDIC owned buildings in Washington, DC metro area

Notice Date
6/7/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Federal Deposit Insurance Corporation, Headquarter, Acquisition Services Branch, FDIC Headquarters 3501 Fairfax Drive Room VS-E-4th Floor, Arlington, VA, 22226-3500, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FDICCORHQ989
 
Response Due
6/25/2007
 
Archive Date
6/25/2007
 
Description
I am requesting information from interested sources on behalf of the Federal Deposit Insurance Corporation (FDIC). The request is for information only, and your response is not an offer. This request for information neither commits the FDIC to pay any costs incurred in the preparation and submission to this sources sought request, nor does it obligate the Corporation to contract for services or include you in a potential solicitation mailing list. The FDIC has an ongoing requirement to acquire contractor support for consolidated facility management services at headquarters owned buildings. Consolidated Facilities Management Services As general background, the FDIC owned facilities in the Washington DC area include the following basic particulars: 550 17th Street, N.W., Washington, D.C.; Year built: 1962-1963 Gross space: 234,293 square feet; Usable space: 170,669 square feet Number of occupants: 445 1776 F Street, N.W. Washington, D.C.; Year built: 1972 Gross space: 198,493 square feet; Usable space: 132,597 square feet Number of occupants 381 VA Square Complex; Years built: 1989 & 2005; Gross space: 1,600,000 square feet; Usable space: 850,000 square feet; Parking garage gross square feet: 557,000; Number of occupants: 2,000 The FDIC is accustomed to a high level of facilities management services. To illustrate, using the Association of Higher Education Facilities Officers (APPA) Service Level Guide as a benchmark, the FDIC Washington area facilities should be maintained at Level 1 (Showpiece Facilities) for maintenance and custodial services. Further, the contractor shall partner with FDIC Facilities Staff to identify energy conservation measures, both short and long term major repairs, and capital improvements. In addition, FDIC expects the contractor to align its preventive maintenance program to parallel life-cycle costing that is established for various building systems and equipment to maximize the building systems life-expectancy. The following are examples of the types of facility management services required. Operations, Maintenance and Repairs The contractor shall perform scheduled preventive maintenance utilizing a Reliability Centered Maintenance approach and in accordance with the best practices of the industry. The contractor shall be responsible for responding to service calls and performing repairs including unscheduled maintenance. Services are required twenty-four (24) hours a day, 365 days per year including emergency service call response. Elevator Maintenance and Repairs The contractor shall perform elevator inspections, routine and preventive maintenance, repairs, and emergency callback services. Minor repairs to fix doors off-track, doors, etc. Maintenance services are required twenty-four hours a day. Janitorial Services The contractor shall perform complete janitorial services (includes window washing); trash removal services; carpet and upholstery cleaning, and snow removal services in each of the FDIC owned buildings. Landscaping and Interior Plant Maintenance The services encompass the landscaping grounds, equipment maintenance (including tree boxes located on the city and county sidewalks) and all interior building decorative plant maintenance for FDIC facilities. Pest Control The contractor shall provide pest control services for common areas, offices, and other FDIC designated locations noted within this Statement of Work (SOW). Examples of treatments would consist of spot or crevice spraying, use of glue boards, baits, bait stations, growth inhibitors, etc., or other methods deemed effective. Environmental Management System The contractor shall obtain services necessary to maintain existing Environmental Management Systems (EMS) and continue to evaluate systems for effectiveness and, when necessary, recommend improvements and upgrades to systems that will benefit building operations. FDIC has three (3) different EMS's in operation: Trane Tracer Summit at the Virginia property, Andover Infinity at the 1776 F St. property Honeywell Excel Building Supervisor at 550 17th Street. Interior Office Construction Occupied space currently totals more than 1.2 million square feet. These general construction services shall include interior renovation, construction and maintenance work. Services may include, but are not limited to, painting, demolition of existing partitions, erection of new partitions, installing of doors and frames, creating millwork, reworking as needed of HVAC and fire sprinkler systems, and providing electrical and cabling services. Information and Input Requested The FDIC is considering entering into an extended relationship with the contractor(s) for these services. Please provide your input on fee structures and pricing mechanisms for all services and insight regarding how far in advance you can propose option period management fees. The FDIC is interested in your comments on pricing structure for the operation of all of the major components of the contract. In other words, how would you propose pricing terms for the various required services such as a fixed monthly fee, or on a unit price basis for various services? Historically, the routine building operation and maintenance and janitorial services are provided on a fixed price basis. The larger maintenance projects and repairs beyond a stated threshold are issued via work order and paid on a reimbursable basis. Unit prices are established for most interior construction services required. However, if you have alternate suggestions that are aligned with industry practices that will benefit both your firm and the FDIC, we strongly encourage your input. Also, we are interested for information purposes in learning more about current industry practices regarding reliability centered maintenance and energy savings measures. FDIC is also interested in key performance indicators (KPIs) that are applied to establish levels of performance, and contractor incentives or bonuses. Finally, FDIC is interested in learning how contractor implementation of enhanced occupational and environmental safety and health programs such as the Occupational Safety and Health Administration Voluntary Protection Program Guidelines (VPP Program) have resulted in actual cost savings for its clients. The FDIC complies with the Service Contract Act and the Davis-Bacon Act for all applicable services. Also, the FDIC is interested in firms that are strong supporters of providing subcontracting opportunities to small and small disadvantaged businesses. If your firm is interested in all or any of these potential requirements, you are requested to submit the following information by noon June 25, 2007: A letter of interest. Also, please specifically identify which areas (as identified by the major heading and subheadings in this announcement) your firm is interested in providing. A brief overview of your firm's capabilities that addresses the above listed potential requirements. Please do not exceed ten pages. However, feel free to submit any pre-created marketing literature to supplement the requirement. A list of clients or experience in these areas. A point of contact with phone number and email. If this does become a firm requirement, and the FDIC decides to request a proposal from your firm, you will be advised later this year. Submissions are preferred electronically via email, but if you only have hardcopies of your marketing literature available, please fax them to 703-562-2554. Questions or requests for clarification may be made to me at 703-562-2593 or via email at jamethompson@fdic.gov. The FDIC appreciates your time in responding to this matter.
 
Place of Performance
Address: Washington, DC metro area
Zip Code: 22226
Country: UNITED STATES
 
Record
SN01313055-W 20070609/070607222018 (fbodaily.com)
 
Source
FedBizOpps 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.