SOURCES SOUGHT
56 -- Facilities Maintenance and Support Services
- Notice Date
- 4/8/2014
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-NC-14-00011
- Response Due
- 4/22/2014
- Archive Date
- 5/22/2014
- Point of Contact
- Keith Stearns
- E-Mail Address
-
stearns.keith@epa.gov
(Stearns.Keith@epa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a request for proposals and no contract will be awarded from this notice. The United States Environmental Protection Agency (EPA) is seeking Small Businesses with current relevant qualifications, experience, personnel, and capabilities to perform the proposed requirement. The EPA currently has a contract for the provision of facilities maintenance and support services at all EPA facilities in the Research Triangle Park, NC area and Chapel Hill, NC area. The contract number is EP-D-09-095 and the contractor is AMEC Environment & Infrastructure, Inc. The current contract is in its last option period, which expires on September 30, 2014. The Government intends to exercise the Option to Extend Services clause to end performance March 31, 2015. The EPA intends to issue a solicitation for a successor contractor to furnish all necessary labor, supervision, transportation, equipment, and supplies to provide facilities maintenance and support services to operate and maintain all EPA facilities (six different locations) located in the Research Triangle Park, NC area and Chapel Hill, NC area. Facilities Maintenance and Support Services include, but are not limited to the Maintenance and Operation of Facilities, including all Facility Infrastructures located on surrounding federal property, Buildings and Equipment; the Design and Fabrication of Hardware and Equipment; Engineering Documentation; Alterations and Repairs of Buildings, Equipment and Electrical, Mechanical, Plumbing Systems; Review of proposed changes to EPA RTP Facilities; Shop Services; and Preventive/Predictive Maintenance (PM) inspections and repairs. Facilities maintenance and support services also includes, but are not limited to the Electrical Safety Inspections and Maintenance of Electrical Services/Panels, Substation Switchgear, and Lighting Fixtures/Systems; Electronic & Closed Circuit Television Security Systems Maintenance; Fire Extinguisher Inspections and Maintenance; Inspection, Operations and Maintenance, and Repair of Government-Owned Fire Alarm and Sprinkler Systems; Control Systems; Food Service Equipment Maintenance; Elevator Maintenance; Environmental Compliance; Snow Removal Service; Roadway/Surface Parking Lot and Parking Deck Maintenance; Chemical Spills; Engineering Technician Support; and utility work at all facility locations. Work will be subject to the Service Contract Act/Collective Bargaining Agreement and the Davis-Bacon Act. EPA anticipates the award of a hybrid contract that consists of Firm Fixed Price (FFP) Contract Line items (CLINs) and Fixed Rate for Services - Indefinite Delivery, Indefinite Quantity (FR/IDIQ) CLINs. The contract will consist of a base period of twelve (12) months, with four (4) additional twelve-month option periods. The total duration of the proposed contract is sixty (60) months. This notice is a request for information from the small business community. The Government invites contractors that are designated as small business with the experience and capabilities necessary to meet or exceed the stated requirements to submit a Capabilities Statement Package consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. The Government will not pay for any information solicited. Respondents will not be notified of the results of this evaluation. One of the main functions of this notification is to assist the Contracting Officer in determining whether a Small Business Set-aside is a viable strategy for this procurement. If a full and open competition is ultimately pursued, responses to this notification will be used to aid in establishing small business subcontracting goals. All Small Businesses that are qualified to perform this work are encouraged to respond. The North American Industry Classification System (NAICS) number 561210 applies to this requirement and the small business size standard is $35.5 Million in average annual receipts over the preceding three fiscal years. It is requested that interested parties submit a brief Capabilities Statement Package. Respondents must include a company profile, to include number of employees, annual receipts, office location(s), DUNS number and CAGE Code, references with detail of work performed, and a capability statement for at least three recently completed projects of similar work within the same magnitude of this notice. Each reference shall include the company name and title, telephone number, and point of contact. Indicate whether your firm was the prime contractor or subcontractor on other similar projects. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Interested parties who believe that they are qualified to perform these services must submit for evaluation, a list of projects by contract numbers, project titles, description of work, size of facility, contract dollar value, brief description of how the referenced contract relates to the work described, and evidence that documents in detail the following specific capabilities: 1.The Environmental Protection Agency has multiple facilities in the Research Triangle Park (RTP) and Chapel Hill, NC area. The Environmental Protection Agency facilities on the main campus in Research Triangle Park (RTP) are 1.2 million square feet of offices, laboratories, computer and conference spaces, and child care facilities. The EPA RTP facilities are classified as a CDC Bio-Safety Level II Research Facility and AAALAC (Association for Assessment and Accreditation of Laboratory Animal care International) facilities. Descriptions of the facilities covered are as follows. a.The main facility is 1,145,000 million square feet and includes 3 office wings, an office tower, an additional office building currently under construction and 400 laboratories. The EPA main campus complex includes four 5-story laboratory blocks, three 3-story office blocks, and a 6-story office building that also houses special program areas. b.The High-Bay building is an engineering research facility that is comprised of specialized large-scale labs with 35 foot ceilings and specialized research equipment. Located elsewhere on the main campus are the 100,000 square foot National Computer Center (NCC) which houses office space, computer training facilities, high performance scientific computers and large-scale computing systems. There is also an 25,400 square foot Child Care Center located on the main campus. c.Other buildings included in the scope of this requirement are the Human Studies Division in Chapel Hill, NC where EPA's clinical and epidemiological research is conducted. The Page Road Facility which currently houses Receiving/Delivery Operations & Fluid Modeling Facility - Wind Tunnel Operations. Lastly, the Reproductive Toxicology Facility (RTF) Building in RTP, NC in which the EPA conducts research into environmental contaminants (the Government will be vacating the RTF during the term of this contract). 2.Provide documentation that demonstrates recent and relevant experience in providing facilities maintenance and support services for projects that involves multi-facility installation, including child care centers, engineering research facilities, research laboratories (CDC Bio-Safety Level II and AAALAC accredited or equivalent), and computer centers of similar size, scope, and complexity. 3.Provide experience in the utilization of products containing recovered materials. 4.Provide documentation that demonstrates a full understanding of state, federal, and environmental regulatory compliance policies and safety and energy concerns / issues for projects of similar size, scope, and complexity. 5.Provide proof of available bonding capacity. Include evidence of sufficient available construction bonding capacity with the name of bonding company, telephone number, and point of contact. Indicate the maximum amount of construction bonding that your company can obtain. Construction bonding level should be shown in dollars per contract and aggregate. 6.Indicate if you are 8(a), HUBZone, Service Disabled Veteran Owned, Woman Owned, Veteran Owned, and/or general small business. Provide proof of SBA certification of the firm's status as a small business. Include average annual receipts over the preceding three fiscal years. 7.The estimated value of the Construction portion of this requirement is estimated between $5,000,000 and $10,000,000 per year. The Capabilities Statement Package for this sources sought notice is not expected to be a proposal, but rather short statements regarding the company's ability to demonstrate existing, or developed, expertise and experience in relation to this project and the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities package. Submission of Capabilities statement package is not a prerequisite to any potential future offerings, but participation will assist the EPA in tailoring the requirement to be consistent with industry capabilities. The determination to proceed with full and open competition is solely within the discretion of the Government. Responses to this announcement shall be transmitted via e-mail to the following address: stearns.keith@epa.gov. Responses must be received no later than 3:00 pm Eastern Daylight Saving Time on April 22, 2014 to be considered. Please address any comments or questions regarding this sources sought notice to Keith Stearns, EPA RTP-POD/OARM, EPA Research Triangle Park, NC, Code E120-E via the above address. Email correspondence is preferred. Telephonic submissions and questions will not be entertained.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-14-00011/listing.html)
- Place of Performance
- Address: OARM-RTP-FMSDUS Environmental Protection Agency109 TW Alexander DriveMail Code: C604-01Research Triangle ParkNC27709USA
- Zip Code: 27709
- Zip Code: 27709
- Record
- SN03333140-W 20140410/140409022121-303647a595e887ee12f8a104e4e5e905 (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 |