Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2018 FBO #5931
SOLICITATION NOTICE

Z -- OCIO Support Operation and Maintenance

Notice Date
2/16/2018
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Smithsonian Institution, Office of the Chief Financial Officer, Office of Contracting, 2011 Crystal Drive, Suite 350, Arlington, Virginia, 22202
 
ZIP Code
22202
 
Solicitation Number
F18SOL10019
 
Archive Date
2/15/2019
 
Point of Contact
Willard Powell, Phone: 202/633-7286, Christine Grant,
 
E-Mail Address
powellwb@si.edu, grantca@si.edu
(powellwb@si.edu, grantca@si.edu)
 
Small Business Set-Aside
N/A
 
Description
Pre solicitation notice The Smithsonian Institution is notifying its intent to solicit for an Operations and Maintenance Services for the Office of the Chief Information Officer Support Facility. It is anticipated that a request for proposals Solicitation F18SOL10019 will be issued in early March 2018. The purpose of this requirement is to procure a contractor to provide operation and maintenance of Institutional equipment, facility maintenance, custodial services, support services, minor furniture repair, repair support services, and IDIQ projects, for the Smithsonian Institution (SI) Office of the Chief Information Officer (OCIO) Support Facility in Herndon, Virginia DESCRIPTION OF SERVICES: 1. Operation and maintenance of all building and equipment and utilities a. Electrical systems b. Fire protection c. HVAC for both data center and administrative offices d. Water/sewage e. Building maintenance f. Grounds/Courtyard g. Pest Control h. Snow and Ice removal i. Minor task j. Repairs k. Emergency repairs 2. Facility maintenance 3. Custodial Services 4. Support Services 5. Management /Quality Control 6. Compliance to Codes and Standards 7. Option to provide IDIQ services for building alteration and repair a. Upgrades and modernizations b. Existing conditions Upgrades 1. ASSUMPTIONS: 1. All area's square footage described are approximate. Contract will have two parts 1. The main contract will be a firm fixed price contract for Operations and Maintenance, one year base, with nine (one year options) 2. The second part will be the ability/option to do IDIQ task orders on this contract on project specific needs for this facility Estimated $500,000 to $600,000 per year Firm evaluation and selection will be conducted in accordance with FAR Part 15. Best Value and will be based on the following criteria: Selection will be based on the following criteria, with non-cost factors being more important than price. Factors are in order of relative importance (1) Past Performance which includes Safety (2) Technical Approach (3) Key Personnel (4) management structure (5) Resources available to support facility (6) Maintenance logs/ reports. (7) scheduling (8) other resources/abilities provided by the contractor The factors will be subjectively evaluated by the board. These evaluation factors are subject to change. Any changes to evaluation factors will be shown in the solicitation. The solicitation will include a detailed list of evaluation factors, including any sub factors or elements, and will provide instructions for proposal requirements and the basis for award. The successful firm will be expected to sign a standard, unmodified, Smithsonian Operations and Maintenance contract. The North American Industry Classification Code (NAICS) for this procurement is 236220 and 561210 and the size standard under these codes are $36.5 and $38.5 million average annual receipts over the last three years. This announcement is open to all businesses regardless of size. SUBCONTRACTING PLAN REQUIREMENTS: If the selected firm is a large business, a subcontracting plan consistent with PL 95-507, PL 99-661 and PL 100-656 will be required with the final fee proposal. A minimum goal of 23% of the total planned subcontracting dollars shall be placed with small business concerns. At least 8% of total planned subcontracting dollars shall be placed with Small disadvantaged businesses (SDB), including Historically Black Colleges and Universities or Minority Institutions; 5% with Women-owned small businesses (WOSB); 3% shall be placed with Hub-zone Small Businesses (HubSB), 3% with Veteran-owned small businesses (VOSB); and 3% with Service Disabled Veteran-owned small businesses (SDV). The subcontracting plan is not required with this submittal. An approved small business-subcontracting plan will be required prior to award. THIS IS NOT A REQUEST FOR PROPOSALS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SI/CFO/WashingtonDC/F18SOL10019/listing.html)
 
Place of Performance
Address: 380 Herndon Parkway, Herndon, VA 20170-4881, Herndon, Virginia, 20170, United States
Zip Code: 20170
 
Record
SN04826782-W 20180218/180216231146-44885c3dfd8a73aa815cd55793309a68 (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.