SOLICITATION NOTICE
Z -- Mechanical Operations & Maintenance Services
- Notice Date
- 9/26/2011
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
- ZIP Code
- 44114
- Solicitation Number
- GS05P11SLD0111
- Point of Contact
- Sarah E. Zemanek, Phone: 216-522-2325, Kimberly R Bogan-ridley, Phone: 312-353-4221
- E-Mail Address
-
sarah.zemanek@gsa.gov, kim.bogan-ridley@gsa.gov
(sarah.zemanek@gsa.gov, kim.bogan-ridley@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- Description The following work will be performed at the Potter Stewart U.S. Courthouse, 100 E. Fifth Street and John W. Peck Federal Building, 550 Main Street, Cincinnati, OH. Project Summary Description: This project is for a firm fixed-price contract. The project includes, but is not limited to, the following: The Contractor will be tasked with providing performance based mechanical operations and maintenance service to ensure the safety of the building mechanical operations and to maintain the building assets. The contractor will provide all management, supervision, labor, materials, supplies, repair parts, tools, and equipment (including inspection and maintenance of all fire protection systems) and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified. All mechanical, electrical, utility, fire protection systems, equipment, and all interior and exterior architectural and structural systems shall be operated and/or maintained at the highest levels of efficiency compatible with the current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). After award, the successful offeror will be given a written Notice to Proceed, and shall provide contractual services for a 5 year period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about May 1, 2012. The Government shall have the unilateral option of extending the term of this contract for 5 consecutive additional periods of 1 year each. This procurement is open to all business concerns. Woman owned, Veteran owned, Service Disabled Veteran owned, HUBZone and Small Disadvantaged businesses are encouraged to submit an offer. The North American Industry Classification System (NAICS) code is 238220 with a size standard of $ 14 million. This is a negotiated procurement. Best Value method will be used to determine awardee. Evaluation factors will consist of Total Evaluated Price and the following technical factors: prior experience, past performance, management plan & approach, and O&M work and staffing plan. Prior experience will consider the extent of the offeror's prior experience, within the last (5) years, in performing contracts for mechanical maintenance services, similar to those described in the RFP. O&M work and Staffing Plan will consider how the offeror plans to address and satisfy the performance requirements as outlined in the RFP. Proposals will be opened privately. Request for Proposals will be available on or about October 11, 2011. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedBizOpps, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedBizOpps. No federal materials can be downloaded until you have registered under both sites. You may access FedBizOpps via the following URL https://www.fbo.gov. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's, CCR Point of Contact) Your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number),Your Telephone Number, Your E-Mail Address. Also, beginning January 1, 2005, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted to General Services Administration, Public Buildings Service, Ohio Property Management Service Center, Attn: Sarah Zemanek, 201 Superior Avenue, Suite 440, Cleveland, OH 44114. Any questions regarding this notification should be directed to the Contract Specialist, Sarah Zemanek, at sarah.zemanek@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS05P11SLD0111/listing.html)
- Place of Performance
- Address: Potter Stewart U.S. Courthouse, 100 E. Fifth Street and John W. Peck Federal Building, 550 Main Street, Cincinnati, Ohio, 45202, United States
- Zip Code: 45202
- Zip Code: 45202
- Record
- SN02592730-W 20110928/110926235656-01ec4336a6431a485f67ce2cfab8fa19 (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 |