SOLICITATION NOTICE
S -- International Maintenance Assistance Program
- Notice Date
- 12/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1701 N. Ft. Myer Drive, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA13R0062
- Point of Contact
- Blondell K. Taylor, Phone: 703-875-6961, Tandra A. Jones, Phone: 703-875-4230
- E-Mail Address
-
taylorbk2@state.gov, jonesta3@state.gov
(taylorbk2@state.gov, jonesta3@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- International Maintenance Assistance Program (IMAP) The US Department of State (DoS), Bureau of Overseas Buildings Operations (OBO) will perform a full and open competition with offerers who meet the service and security requirements for the execution of the International Maintenance Assistance Program (IMAP). OBO is responsible for the maintenance and repair of Government-owned and leased facilities at over 280 U.S. Diplomatic Missions worldwide. These properties include a vast array of systems and equipment, with a broad range of ages/ technologies, from numerous manufactures. OBO provides various facility support services, including using cleared American personnel with expertise to meet specialized maintenance and repair needs, through IMAP. The Contractor shall carry out IMAP services at worldwide facilities under the guidance and direction of the Government. Assignments shall include Post site visits to conduct emergency services; perform maintenance and repair services; test essential equipment and building systems; conduct hands-on instruction for local staff, complete various documentation and administrative duties; and identify follow-up work as necessary. Duties may include services for: BAS, electrical, generator, HVAC, plumbing, fire detection/suppression, elevator systems; roof/building-envelope waterproofing; and Infrared Thermography. DoS plans to award an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for one base year and four subsequent one-year options, at the option of the Government. The IDIQ award will be made to the responsive Offeror, whose proposal conforms to the solicitation and offers the "Best Value" to the Government, whereas technical considerations are more important than cost. This award will be 8(a) competitive set aside for small business should a small business be found capable. To qualify as a small business under the NAICS code 561210, the small business size is the average annual receipts of no more than $35.5M. Offerors must be registered in the Central Contractors Registration (CCR) database prior to proposal submissions. Offerors may obtain information on registration requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757. The Offeror is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. Proposal Submissions: The Request for Solicitation and its attached documents will be posted under Solicitation Number, SAQMMA13R0062, on or around January 8, 2013. No paper copies will be mailed. Proposal submissions will be due no later than 3:00 PM, EST on February 7, 2013. Questions (Q&A) period opens with the posting of the synopsis. Questions should be e-mailed to: taylorbk2@state.gov. Questions should be received no later than 5:00 PM, EST on January 18, 2013. Responses to all submitted questions will be posted as an Amendment in FedBizOPPS.com. DoS does not plan to hold a site visit/pre-proposal conference for prospective Offerors. In order to be considered for award of this contract, Offerors must possess a Defense Security Service (DSS) Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL, as well as the joint venture. Personnel performing administrative and management functions relating to this contract must possess Secret clearances, personnel performing at overseas locations must possess Top Secret clearances and be eligible for COMSEC/crypto access. The Offeror selected for contract award must also possess or obtain an Information System (IS) or standalone computer, approved by DSS, for processing classified information. Performance on this contract will require access to the Department's ProjNet-C, for receipt and transmission of all classified information, and a DSS approved classified IS for processing classified information. This is a pass/fail evaluation. DoS will not sponsor any firm for a facility clearance or facility clearance upgrade for this solicitation due to immediate performance constraints. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. A Bidders DD Form 254 will be issued with the RFP. Note: Firms possessing a Top Secret FCL under a Special Security Agreement with DSS are not eligible for COMSEC, and therefore are not eligible for award of contract. PRIMARY: Point of Contact: Blondell Taylor via email at taylorbk2@state.gov or telephone, (703) 875-6961. SECONDARY: Point of Contact: Tandra Jones via email at JonesTA3@state.gov or telephone, (703) 875-4230.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13R0062/listing.html)
- Place of Performance
- Address: Overseas Post, United States
- Record
- SN02949437-W 20121216/121214234456-c5f586693a97ed036a3d2f08db0e4052 (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 |