SPECIAL NOTICE
S -- Intent to Sole Source - Facility Maintenance Services for the AFRH Washington, DC Campus
- Notice Date
- 8/21/2024 11:38:23 AM
- Notice Type
- Special Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- ARC DIV PROC SVCS - AFRH PARKERSBURG WV 26101 USA
- ZIP Code
- 26101
- Solicitation Number
- SS-AFRH-24-125
- Response Due
- 9/1/2024 7:00:00 AM
- Archive Date
- 09/01/2024
- Point of Contact
- Jason Young, Greg Johnson
- E-Mail Address
-
purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov, purchasing@fiscal.treasury.gov)
- Description
- The Bureau of the Fiscal Service (Fiscal Service), on behalf of the Armed Forces Retirement Home (AFRH), intends to contract with CMI Management, LLC, 5285 Shawnee Road, Suite 510, Alexandria, VA 22312, on a sole source basis. CMI Management, LLC. was found to be the only viable vendor who can complete all tasks and provide all deliverables within the PWS. CMI has developed extensive knowledge of the DC Campus over the last 15 years. CMI has developed a unique knowledge and understanding of the buildings, systems, and operations that will be required in this requirement. Additionally, with an upcoming renovation occurring of the Sheridan building on campus, the contractor will need complete familiarity with the building because it will be occupied during the project. CMI is the only contractor that will have extensive knowledge of the Sheridan building. CMI has extensive knowledge of utility shutoff locations for mechanical, electrical, plumbing, individual riser isolation/drain down locations which are scattered out over 270 acres. Many of these are not listed on current plans which have been lost or damaged over the last 70 years. The purpose of this requirement is to provide comprehensive facility maintenance service for the entire Armed Forces Retirement Home Washington, DC Campus. A draft PWS will be attached to this Intent to Sole Source. The PWS will include the requirements description for this acquisition. Interested vendors shall be able to complete all tasks and deliverables in the PWS. The period of performance for the purchase order/contract is anticipated to be one 12-month base period with four 12-month options with an anticipated award date of 11/01/2024. NO SOLICITATION IS AVAILABLE.� A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Special Notice. Telephone responses or inquiries to this Special Notice will not be accepted. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Fiscal Service will consider responses received no later than 10:00 AM EST on 09/01/2024. Responses shall be submitted electronically to purchasing@fiscal.treasury.gov, SS-AFRH-24-125/Attn: JY � GJ. Responses must include sufficient evidence that clearly shows your company is capable of providing the requirement described in this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no written response is received by the aforementioned deadline that clearly demonstrates an ability to meet all requirements, and that is more advantageous to the Government, Fiscal Service will make award on a sole source basis to CMI Management, LLC. Qualified Contractors must provide the following: 1. The name and location of your company, contact information, and identify your business size (Small Business, Small Disadvantaged Business, 8(a), Service Disabled Veteran Owned Small Business, HUBZone, Women Owned Small Business, Other than Small Business etc.).� Please ensure contact information includes the name of the point of contact, email address, and telephone number, should the Government have questions regarding individual responses. 2. UEI Number. 3. Specific details of the product(s)/services that your company offers in regard to this notice. 4. Whether your content is available through a Government contract vehicle or Open Market. 5. A brief capabilities statement (not to exceed 5 pages) that includes a description of your company's standard line of business, as well as a list of customers to whom your company currently provides the specific required content. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered:� .bat, .cab, .cmd, .com, .cpl, .dot, .dotx, .exe, .hqx, .hta, .mim, .mp3, .mp4, .pif, .rar, .scr, .vbs, .uu, .uue, .vbs, .wsf, xxe,.wmv, html, mhtml, and .zip files The allowable Microsoft Office and Adobe PDF file types as follows: Microsoft Office (.doc, .docx, .xls, .xlsx, .ppt, .pptx) and Adobe PDF (.pdf) are acceptable. No other information regarding this Special Notice will be provided at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a9da75077d2045a58e543b26e56d752d/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN07179403-F 20240823/240821230120 (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 |