Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2018 FBO #5991
SOLICITATION NOTICE

J -- Montana LPOEs & Havre BPSHQ Full Facilities Maintenance Services

Notice Date
4/17/2018
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R8 Rocky Mtn Region Acquisition Division (47PJ00), One Denver Federal Center, Building 41, P.O. Box 25546, Denver, Colorado, 80225-0546, United States
 
ZIP Code
80225-0546
 
Solicitation Number
47PJ0018R0028
 
Point of Contact
Shawna Horvath, Phone: 406-441-1262
 
E-Mail Address
shawna.horvath@gsa.gov
(shawna.horvath@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a pre-solicitation announcement is for Full Facilities Maintenance Services for multiple locations throughout the State of Montana. Services shall include Operations and Maintenance (O&M), Custodial, Grounds Maintenance, Snow Removal, and Pest Control Services. The requirement will be a competitive acquisition set aside for small businesses in accordance with FAR 52.219-6 -- Notice of Total Small Business Set-Aside (NOV 2011). The requirement will provide services at the following locations: Raymond Land Port of Entry (LPOE) Highway 16 North @ Canadian Border Raymond, MT 59256 Roosville Land Port of Entry (LPOE) Highway 93 North @ Canadian Border Roosville via Eureka, MT 59917 Piegan Land Port of Entry (LPOE) Highway 89 North @ Canadian Border Piegan via Babb, MT 59411 Chief Mountain Land Port of Entry (LPOE) Highway 17 North @ Canadian Border Chief Mountain via Babb, MT 59411 Havre Border Patrol Sector Headquarters (BPSHQ) 2605 - 5 th Avenue SE Havre, MT 59501 Sweetgrass Land Port of Entry (LPOE) I-15 North @ Canadian Broder Sweetgrass, MT 59484 The North American Industrial Classification System (NAICS) code for this project is 561210, Facilities Support Services; the size standard is $38.5 million. A contract will be awarded using the best value/trade-off process. The evaluation factors will be 1) staffing plan, 2) management plan, 3) offeror experience on similar contracts/task orders, and 4) offeror past performance on similar contracts/task orders. When combined, non-price factors are approximately equal to price The requirement is for a one year base period and four option year periods. The following FAR clauses supporting sustainable buildings will be included in the resulting solicitation/contract: 52.223-1 Biobased Product Certification, 52.223-2 Affirmative Procurement of Biobased Products under Service Contracts, 52.223-4 Recovered Material Certification, 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. T he following FAR clauses supporting the Buy American Act will be included in the resulting solicitation/contract: 52.225-1 Buy American - Supplies, 52.225-2 Buy American Certificate. Security clearances will be required for all workers. To be eligible for award, offerors must be registered with the System for Award Management (SAM) at http://www.sam.gov. Offerors are advised that failure to register in SAM will render your firm ineligible for award. Registration required applicants to have a DUNS number. It is recommended that your firm register immediately in order to be eligible for award. A solicitation will be issued approximately May 1, 2018. The solicitation will be released electronically on www.fbo.com. Potential offerors are required to visit the website periodically to check for the solicitation and any amendments or other changes to documents. No other notifications will be sent. Paper copies of this solicitation will not be made available. Proposals documents will be available for download in a Adobe PDF format. Free downloads of Adobe Reader software are available at www.adobe.com The anticipated date when proposals will be due is approximately 30 days after the solicitation is issued. The project award date will be approximately October of 2018. A pre-proposal site visit is scheduled as follows: Monday, May 14, 2018 at 1:00pm MST - Roosville LPOE, Roosville, MT Tuesday, May 15, 2018 at 11:00am MST - Piegan LPOE, Piegan, MT Tuesday, May 15, 2018 at 2:00pm MST - Chief Mountain LPOE, Chief Mountain, MT Wednesday, May 16, 2018 at 8:00am MST - Sweetgrass LPOE, Sweetgrass, MT Wednesday, May 16, 2018 at 1:00pm MST - Havre BSPHQ, Havre, MT Thursday, May 17, 2018 at 9:00am MST - Raymond LPOE, Raymond, MT I nterested offerors are highly encouraged to attend the site visit and shall plan for this site visit accordingly. Offerors shall send an email to pre-register for the site visit. Offerors shall submit an email to Contracting Officer, Shawna Horvath at shawna.horvath@gsa.gov. In the text of the email provide; 1) the first and last name of each individual planning to attend the site visit, and 2) the company name of each site visit attendee. Instructions on where to meet at each location will be provided to pre-registration emails. This announcement does not constitute the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PT/47PJ0018R0028/listing.html)
 
Place of Performance
Address: Multiple Locations - Montana LPOEs & Havre BPSHQ, Montana, United States
 
Record
SN04891415-W 20180419/180417230600-4bb81b8d14ccf1e45b4f58995e00388e (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.