SOLICITATION NOTICE
Z -- FDA, LOSDO Irvine, CA Operations & Maintenance, Landscape, Janitorial, Pest Control, Waste Management, and Non-Routine Services
- Notice Date
- 6/14/2024 1:01:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- 75F40124R00001
- Response Due
- 7/18/2024 7:00:00 AM
- Archive Date
- 08/02/2024
- Point of Contact
- PATRICIA NATIVIDAD, Phone: 3017968919
- E-Mail Address
-
PATRICIA.NATIVIDAD@FDA.HHS.GOV
(PATRICIA.NATIVIDAD@FDA.HHS.GOV)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the� Federal Acquisition Regulation (FAR) format Subpart 12.6 and additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. The solicitation number for this acquisition is 75F40124R00001 and is being issued as a Request for Proposal(RFP). The associated North American Industry Classification System (NAICS) Code for this solicitation is 561210, Industry Description: Facilities Support Services, �and Size Standard: $47 million. This requirement is an 8(a) Small Business Administration (SBA) Set-Aside Competitive procurement. �Prospective Offerors are responsible for downloading the solicitation and any amendments. �The Government reserves the right to award an order without discussions if the Contracting Officer determines that the initial offer is providing best value and discussions are not necessary. PART A � Continuation Combined Synopsis Solicitation A.1 BRIEF DESCRIPTION OF SERVICE AND SUPPLIES The Health and Human Services (HHSS), Food and Drug Administration's (FDA) requires a Contractor that can provide Operation and Maintenance Services, Janitorial Services, Landscaping Services, Waste Management Services, Pest Control, and Non-Routine Services for the Los Angeles District Office (LOSDO) and Pacific Southwest Food and Feed Laboratory (PFFL) the Pacific Southwest Medical Products Laboratory (PMML).� The FDA facility is located at 19701 Fairchild Road, Irvine, California 92612 referred to as Irvine.� It is a two-story building comprised of approximately 12,535 gross square meters (134,926 gross square feet (gsf), approximately 5,216 gross square meters (56,145 gsf) of office space and 7,319 gross square meters (78,781 gsf) of biology and chemistry wet laboratories.� This, also, includes a detached storage building.� All building drawings shall be accessible and remain available onsite for viewing by Contractor personnel.� A brief description of the facility is provided to better understand the services required, thereafter, referred to as the FDA Irvine.� The site consists of 10 acres of land. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items deemed necessary to perform the full range of Operations and Maintenance (O&M), Janitorial, Landscaping, Waste Management, and Pest Control services as defined in the Statement of Work (SOW) and in accordance with all applicable Federal, State and Local laws, regulations, codes, technical manuals, manufacturer�s guidelines and FDA Policies and directives to maintain the facility in optimum operating condition.� The Contractor shall perform to the standards in the contract. The Contractor shall be responsible to maintain equipment in a manner to ensure any applicable warranty remains valid. The Contractor shall operate and maintain the LOSDO/PFFL/PMML �seven (7) days a week.� Normal Government business hours are 6:00am to 6:00pm Pacific Standard Time (PST).� Some repairs or maintenance may be required to occur after normal duty hours and shall be coordinated and scheduled with the Contracting Officer Representative (COR). Further, all non-emergency repairs or preventive maintenance shall be coordinated with the COR three (3) weeks in advance to be scheduled around research activities.� The COR may require the Contractor to submit applicable certification (i.e., boiler operator certificate, HVAC certificate, and/or building engineer certificate, Building Automated System (BAS) certification prior to performing any work deemed to be outside of normal preventive maintenance functions. The SOW is a statement of the minimum level of work and services that are to be provided in certain areas under the contract; not intended to be, nor shall be construed as, limiting specifications or requirements.� At a minimum, the Contractor shall be required to take all steps and measures that would be taken by a prudent building owner to maximize the life expectancy of the property. A.2 CONTRACT TYPE:The Government intends to issue a Hybrid contract type Indefinite Delivery/Indefinite Quantity ID/IQ Contract. Each Request for Task Order Proposal RFTOP (issued under the ID/IQ will state the Line Item to be utilized along with the level of complexity of each task order). ********************************************************************************** See attached Combined Synopsis/Solicitation in full text.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9205397d1924b85b820bd4687546706/view)
- Place of Performance
- Address: Irvine, CA 92612, USA
- Zip Code: 92612
- Country: USA
- Zip Code: 92612
- Record
- SN07098234-F 20240616/240614230124 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |