SOLICITATION NOTICE
Z -- Operations and Maintenance Services for New Orleans, LA - Solicitation 47PH0218R0005 - Other Attachments - Bidder's Library
- Notice Date
- 5/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management 7PQB Services (47PH02), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- 47PH0218R0005
- Archive Date
- 7/4/2018
- Point of Contact
- Phillip R. Cleveland, Phone: 8178508426, Matthew A. Phillips, Phone: 8179780295
- E-Mail Address
-
phillip.cleveland@gsa.gov, matthew.phillips@gsa.gov
(phillip.cleveland@gsa.gov, matthew.phillips@gsa.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Applicable U.S. DOL Wage Determination No. 2015-5189 Rev. No. 9 1.10.2018 SF 33 Figure L-2 Figure L-1 Figure B-3 Figure B-2 Figure B-1 Other Attachments Solicitation 47PH0218R0005 Solicitation 47PH0218R0005 for Operations and Maintenance Services in New Orleans THIS IS THE SOLICITATION NOTICE The General Services Administration, Public Buildings Service, requires Operations & Maintenance(O&M)Services in New Orleans, Louisiana. The solicitation number will be 47PH0218R0005. This procurement will be procured as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside using FAR Part-15 procedures. The anticipated start date will be on or about October 1, 2018. The General Services Administration, Public Buildings Service, requires Operations & Maintenance(O&M)Services in New Orleans, Louisiana. The solicitation number will be 47PH0218R0005. This procurement will be procured as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside using FAR Part-15 procedures. The solicitation will be issued on or about May 9, 2018. The anticipated start date will be on or about October 1, 2018. The North American Industry Classification System (NAICS) to be used is 561210. The size standard for this NAICS is $38.5M. Specifically, the Contractor shall provide management, supervision, labor, materials, equipment, and supplies for operations and maintenance services, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the facilities listed within the "Place of Contract Performance" in this notice, to include the following: a. Electrical systems and equipment. b. Mechanical, plumbing, 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. c. Fire protection and life safety systems and equipment. d. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Niagra Tridium Jace controls/system, Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract. e. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Limited to $200/3 hrs service call threshold. f. Service request desk operations as identified in Section C.8.4 to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions. g. Maintenance of landscape irrigation systems. h. Locks, keys, keycard systems, vehicle barrier systems and static and dynamic bollard systems. i. Lighting, dock levelers and bumpers and roll-up and sliding garage doors. j. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. k. The Contractor shall complete roofing system investigations and repairs. l. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. m. The Contractor shall maintain kitchen/concessions area drains. n. The Contractor shall maintain conveying equipment, parking control equipment. o. The Contractor is not responsible for the costs of software, firmware updates, and licensing for the BAS and Tridium Niagra systems. However, the Contractor is responsible for the labor to update/install software/firmware, when necessary, to latest revision and update software licenses for BAS controls only. The Contractor is responsible for letting Region 7 FMSP office know when updates are required. The Contractor is responsible for keeping the systems operating properly. p. Sanitary sewage equipment and systems, including kennel waste interceptors. q. Domestic water filtration/pumping and fire supply tank systems.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/788a7f5eb99aca9a40f47f48418eaee1)
- Place of Performance
- Address: BPSH New Orleans (GSA Bldg. No. LA0000NE) located at 3819 Patterson Road, New Orleans, LA 70114 has a gross area of 16,204 total square feet; New Orleans Custom House (GSA Bldg. No. LA0033ZZ) located at 423 Canal Street, New Orleans, LA 70130 has a gross area of 296,483 total square feet; F.E. Hebert Federal Building (GSA Bldg. No. LA0034ZZ) located at 600 South Maestri Place, New Orleans, LA 70130 has a gross area of, 209,266 total square feet; J.M. Wisdom Courthouse (GSA Bldg. No. LA0035ZZ) located at 600 Camp Street, New Orleans, LA 70130 has a gross area of 181,106 total square feet; Hale Boggs Federal Building and Courthouse (GSA Bldg. No. LA0085ZZ) located at 500 Poydras Street, New Orleans, LA 70130 has a gross area of 597,705 total square feet; St. Charles Parking Area (GSA Bldg. No. LA0072ZZ) located at 701 St. Charles Avenue, New Orleans, LA 70130, New Orleans, Louisiana, 70130, United States
- Zip Code: 70130
- Zip Code: 70130
- Record
- SN04917330-W 20180511/180509231101-788a7f5eb99aca9a40f47f48418eaee1 (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 |