Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 16, 2014 FBO #4467
SOURCES SOUGHT

Z -- OPERATION & MECHANICAL MAINTENANCE SERVICES

Notice Date
2/14/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
GSA-050114P
 
Archive Date
3/8/2014
 
Point of Contact
Michael P. Williams, Phone: 4042158754
 
E-Mail Address
michael.p.williams@gsa.gov
(michael.p.williams@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
A. notice type Sources Sought GSA Region 4, Operation & Maintenance Service Support for the Savannah, Georgia Federal Buildings This is a request for information/market research to provide data for planning purposes ONLY. This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. General Services Administration (GSA) Public Building Services (PBS), Region 4, is seeking potential small businesses capable of providing Operation & Maintenance Support Services. Each response shall be reviewed by the Government for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. B.Period of Performance The contract will be for a base year with four one year option periods. May 1, 2014 to April 31, 2015 May 1, 2015 to April 31, 2016 May 1, 2016 to April 31, 2017 May 1, 2017 to April 31, 2018 May 1, 2018 to April 31, 2019 C.1. Scope Of Work C.1.1 The Contractor Shall The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the Savannah US Customhouse, J.G. Low FB, Tomochichi FBCH, J.G. Low-Bldg A, and J.G. Low-Bldg B buildings, to include the following: Air-conditioning equipment and systems. Air-handling/distribution equipment and systems. Electrical systems and equipment, lighting and switchgear systems. Energy management control systems (EMCS) where applicable, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. Heating, ventilation, and air conditioning (HVAC) systems and equipment. Plumbing and domestic water equipment and systems to include domestic water fountains and coolers, decorative ponds and exterior fountains. Sanitary sewage equipment and systems. Storm drainage equipment and systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventors, water storage tanks, fire extinguishers, etc. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract (BAS, and Computerized software maintenance is excluded). Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) Fire doors and windows (including hinges, closers and latching hardware) Non agency security system (locks, gates/arms, hydraulic bollards, keypads, card readers, cameras, magnetic locks, etc...) and its components (hardware only). Architectural and structural systems, fixtures, and equipment within the site (to the property line). Service request desk operations as identified in Section C.8.4 to include record keeping using a computerized maintenance management system (CMMS) if available or by other means as well as other administrative functions. Maintenance of landscape irrigation systems to include controllers, pumps, timers, and sprinkler nozzles. Dock levelers and roll-up and sliding garage doors. Parking Lots, parking lot surfaces, sidewalks and illumination. DSL, Modems, and other information systems periphery used to include the communication and data lines necessary to operate the fire alarm monitoring, building automation system, advanced metering system, and web based access to CMMS. Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems Elevator and vertical transportation systems, including locks and keycard systems. Elevator Service (Changing of Light Bulbs/Ballast in the Elevator Cars is the responsibility of the O&M Contractor as well as Emergency Phone testing. The O&M contractor is NOT responsible for actually changing light bulbs in elevator pits and hoistways however, supplying the bulbs/ballast is required.) The Contractor shall complete roofing system investigations and repairs. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. The Contractor shall maintain kitchen/concessions area drains and grease traps. The Contractor shall maintain parking control equipment and loading dock equipment. The Contractor shall partner with GSA to maintain the Advanced Metering System (AMS) and fully utilize it to optimize building performance, and meet water and energy reduction goals. The Contractor shall regularly monitor and act upon data from AMS per Section C.28. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services, as described in this document. C.1.2 The Contractor Shall: •a. Be responsible to make the management and operational decisions to meet the quality standards required under this contract. •b. Use innovation, technology and other means and methods to develop and perform the most efficient services for the building. •c. Implement an effective Quality Control Plan (QCP). •d. Implement an effective service call system, as specified under the Special Requirements section of this contract that results in prompt, professional, and courteous resolution of tenant concerns. •e. Keep the Contracting Officer (CO) or designee informed of current status of the work being performed, provide work schedules, provide a major equipment and critical system break down or impairment form, and provide other pertinent information needed by the CO or designee. •f. Reduce the environmental impacts of work performed under this contract by using, to the maximum extent, environmentally sound practices, processes, and products. •g. Provide training to their employees that will stress stewardship in maintenance practices i.e., the proper use, disposal, recycling of chemicals, dispensing equipment and packaging. Provide documentation that their employees are completing training in the core competences and participating in continual educational training according to the Federal Building Personnel Training Act. Ensure that their employees are properly licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by federal, state or local law, codes or ordinances (H.15. Personnel Qualifications). •h. Federal Requirements: The Contractor shall comply with all applicable Federal, state and local laws, regulations and codes, including any supplements or revisions. The Contractor shall obtain all applicable licenses training, and permits. If a change in law or regulation requires the Contractor to implement an action that will result in an increase or decrease in Contract price, the Contractor shall implement the required action and within 30 calendar days submit to the CO or their designee a price proposal for such change. If the CO or their designee determines an equitable adjustment is substantiated a modification to the Contract will be issued. C.1.3 Excluded from this scope are: Security systems (does not include mechanical components of the door,closers, keepers, hinges, etc) Government telecommunication systems. Equipment owned and operated by tenant agencies. Furnishings, furniture, portable equipment, office partitions and cubicles unless specifically noted in the inventory (not installed as fixtures). Paper, soap, and hand-sanitizer dispensing equipment in restrooms. Equipment owned by servicing public utilities. Upgrade of software supported IT software or software licenses (to include building automation systems (BAS), security systems, advance metering systems and lighting control systems Fitness center equipment. Additional services as needed by various agencies. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract, as described in this document. C.1.4 Items Typically Subcontracted The following systems are typically subcontracted work and are recommended to be inclusive in the subcontract plan: Chillers/Chiller Controls systems Boilers/Boiler Controls Systems Diesel Generators Hydraulic and electrical Bollards, Plates, gates and security systems Fire/Life safety Systems and components Swithgear maintenance and testing Infrared Analysis Boiler and unfired pressure vessel maintenance and inspection Building Automation Systems Energy Management Systems Automatic Doors Roofing Windows Responses must be submitted to this office in writing, by email or regular mail by 4:00 PM EST on Friday February 21, 2014. Submit response and information via email to: Michael.p.williams@gsa.gov Electronic mail responses are preferred. Facsimile responses will NOT be accepted. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/GSA-050114P/listing.html)
 
Record
SN03289661-W 20140216/140214234456-d3791150fce4c591c220782f2691d2ae (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.