Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2015 FBO #4862
SOLICITATION NOTICE

J -- Full Maintenance/Operations and Maintenance Services - Baton Rouge, Lafayette, and Houma, LA

Notice Date
3/16/2015
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-15-JU-D-0017
 
Archive Date
4/16/2015
 
Point of Contact
John Morelion, Phone: (817) 978-0202, Matthew A. Phillips, Phone: (817) 978-0295
 
E-Mail Address
john.morelion@gsa.gov, matthew.phillips@gsa.gov
(john.morelion@gsa.gov, matthew.phillips@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region, intends to solicit proposals for Full Maintenance (FM) services, which includes operations & maintenance Services, custodial and related services, and grounds maintenance services, at the following locations: Lafayette, LA: J.M. Shaw Courthouse (GSA Bldg. No. LA0099ZZ) 800 Lafayette Street Lafayette, LA 70501 Houma, LA: Ellender Federal Building/Post Office (GSA Bldg. No. LA0070ZZ) 423 Lafayette Street Houma, LA 70360 Operations & Maintenance (O&M) services (excluding custodial and related services, and grounds maintenance services) are required at the following location: Baton Rouge, LA: Baton Rouge Federal Building/Courthouse (GSA Bldg. No. LA0006BT) 707 Florida Avenue Baton Rouge, LA 70801 Long Federal Building (GSA Bldg. No. LA0097BT) 777 Florida Street Baton Rouge, LA 70801 GSA PMD Depot Warehouse 6 Bldg. 74 (GSA Bldg. No. LA0731ZZ) 2695 N. Sherwood Forest Baton Rouge, LA 70814. The solicitation number will be GS-07P-15-JU-D-0017. The procurement will be awarded using FAR Part 15 procedures. The base period of performance will be one year in duration, and will begin on or about December 1, 2015 and will expire on or about November 30, 2016 for all of the facilities listed above. Additional option periods may be exercised with a total period of performance, including all options, of 60 months. NOTE: The solicitation will include FAR 52.217-8, Option to Extend Services, which would allow the government to extend the period of performance an additional six (6) months, for a total of 66 months, all options included. Should FAR 52.217-8 be exercised by the government, the prices and all other applicable rates that are fixed in the contract will apply the same as the contract period that immediately preceded the exercise of FAR 52.217-8, and may only be adjusted as a result to revisions to prevailing labor rates provided by the Secretary of Labor. Therefore, all prices and rates evaluated for the successful offeror's contract, for the base and all option periods, will be determined fair and reasonable at the time of award, and no further price evaluation will be necessary to extend the contract pursuant to FAR 52.217-8. The contract type will be Firm Fixed-Price for standard monthly services with an Indefinite-Quantity provision for additional services. Offerors will be expected to provide all management, supervision, labor, materials, equipment, and supplies necessary to perform Full Maintenance services. Offerors will also be expected to enhance building operations in terms of energy conservation and water consumption, recycling programs, and the utilization of green products and services. The facilities covered by this solicitation encompass approximately 443,063 aggregate square feet in five (5) buildings (buildings range in size from approximately 18,545 square feet to 215,152 square feet). The facilities are located in the following locations throughout Louisiana: Baton Rouge, Lafayette, and Houma. In accordance with FAR 52.219-27, this procurement is a TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) SET-ASIDE. At the time that a SDVOSB submits its offer, it must represent to the Contracting Officer that it is a SDVOSB and a small business concern under the North American Industry Classification System (NAICS) 561210 with the small business size of $35.5M. A joint venture may be a SDVOSB if at least one member of the joint venture is a SDVOSB, and; (1) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (2) The joint venture meets the requirements of paragraph 7 of the explanation of affiliates in FAR 19.101; (3) the joint venture meets the requirements of 13 CFR 125.15(b); and (4) the joint venture is registered in the System for Award Management (SAM.gov) at the time the joint venture submits its offer under this solicitation. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website at https://www.fbo.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation will be available for download on or about April 1, 2015. A pre-proposal conference/site visit will be noted in the solicitation. Proposal submissions will be due on or about May 11, 2015. Interested offerors are encouraged to send in questions related to the solicitation. The government can begin formulating responses and may answer in a future amendment that will be posted to FBO.gov under this solicitation number. Offerors MUST be registered in the System for Award Management (SAM) in order to receive an award for this procurement. The website for SAM is http://www.sam.gov. Questions may be directed to John Morelion, Contract Specialist, at john.morelion@gsa.gov. Interested parties should include their company name, point of contact, address, telephone number(s), E-mail address, and reference the solicitation number GS-07P-15-JU-D-0017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-15-JU-D-0017/listing.html)
 
Place of Performance
Address: Primarily Baton Rouge, LA, Baton Rouge, Louisiana, 70801, United States
Zip Code: 70801
 
Record
SN03668847-W 20150318/150316234851-014e791838edfc24362791e310df9dbd (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.