SOLICITATION NOTICE
M -- M--FACILITIES SUPPORT SERVICES
- Notice Date
- 5/2/2025 3:45:12 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- OFFICE OF ACQUISITON GRANTS SACRAMENTO CA 95819 USA
- ZIP Code
- 95819
- Solicitation Number
- 140G0325Q0044
- Response Due
- 5/7/2025 12:00:00 PM
- Archive Date
- 05/30/2025
- Point of Contact
- Adam, Elizabeth, Phone: (916) 278-9441, Fax: (916) 278-9339
- E-Mail Address
-
eadam@usgs.gov
(eadam@usgs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Synopsis/Solicitation Combo *****AMENDMENT 2***** The purpose of this Amendment is to answer vendor questions and extend the due date for quotes. No further questions will be accepted. The due date for quotes is extended to Wednesday, May 7, 2025, at 12:00pm PT. Vendor Questions and Answers: 1. Is EPA Universal Certification and BACnet Operator certification, and Electrical certification mandatory for Mechanical Equipment Specialist? A: See in PWS Section 4.3.2 Required Qualifications; a. EPA Universal Certification for HVAC and Section 4.3.3 Desired Qualifications; e. BACnet Operator certification; g. Electrical certification per jurisdiction. Specific work on refrigeration equipment is not anticipated but an understanding of refrigeration fundamentals is warranted for the safety of maintenance staff, employees, and the environment. If the candidate does not currently have EPA Universal Certificate they will need to obtain it within 6 months of starting. BACnet Operator certification and Electrical certification per jurisdiction are desired qualifications in the PWS and equivalent experience can be substituted. 2. Can we replace the candidate? A: Yes. The candidate is an employee of the contractor. The contractor will provide labor to best support the requirements of the Performance Work Statement. See PWS Section 2.0 Scope. Ideally the government would like to reduce turnover due to the understanding of the interconnectedness and learning curve of the HVAC and specific laboratory process equipment at the Seattle site. 3. What are the criteria for Replacement of Mechanical Equipment Specialist. How many days will the Government provide for the replacement? A: See previously answered question #7 in Amendment 1: Failure to demonstrate the mechanical ability, aptitude, and hard and soft skills to perform a wide range of HVAC and industrial process maintenance tasks in a professional laboratory setting with scientists and live aquatic species. If a candidate needs to be replaced it is in the interest of the Government to accomplish a replacement as soon as possible. If replacement of the candidate is required it should be accomplished within 45 days or sooner if possible and shall be coordinated between the contractor and the Contracting Officer. *************************************** Facilities Maintenance Services, HVAC, Building Control Systems - SEATTLE, WA REQUEST FOR QUOTE INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 17 January 2025. This acquisition is set-aside for small business. DESCRIPTION The US Geological Survey, Western Fisheries Research Center (WFRC), requires a Facilities Maintenance Services person as described in the attached Performance Work Statement. The USGS requires a base year plus two option years. SUBMISSION OF QUOTES All services will be performed at the Western Fisheries Research Center located at 6505 N.E. 65th Street, Seattle, WA, 98115. Quotes shall only be accepted through electronic mail addressed to the Contract Specialist at eadam@usgs.gov. All quote documents required by this solicitation must be uploaded and received in their entirety no later than Wednesday, May 7, 2025, at 12:00pm. Quotes submitted by hardcopy or any web portal shall not be accepted or considered. RELEVENT INFORMATION The North American Industry Classification System (NAICS) code 561210 defined as Facilities Support Services, and associated size standard $47.0 million applies to this announcement, along with Product Service Code M1HB, Operation of Government-Owned Government-Operated Facilities. This requirement is subject to the Service Contract Labor Standards Wage Determination# 2015-5535. For further information, please contact Elizabeth Adam, Contract Specialist, at (916) 278-9441 or eadam@usgs.gov. Period of performance and/or delivery dates are estimates only. Estimated Period of Performance Base Year: June 01, 2025, to May 31, 2026 Option Year 1: June 01, 2026, to May 31, 2027 Option Year 2: June 01, 2027, to May 31, 202 Offerors are to include technical information including work plan, CV, experience, past performance, references with their quotes. Quotes will be evaluated by factors including technical expertise, experience, price, past performance, and references. Offerors shall return the following: - Signed SF-18 - Signed Amendments - Firm, fixed price quote - Technical information including work plan, CV, experience, past performance, references - Proof of Liability Insurance - System for Award Management Unique Identification Entity (SAM UEI) Attached Pages: - Performance Work Statement - Clauses and Provisions It is the responsibility of all interested parties to check back periodically for any amendments to the solicitation. All amendments must be signed and included when the quote is submitted. All interested parties must be registered and have an active registration in the System for Award Management (SAM) at the time of submitting a quote to be considered for an award of a federal contract. For information, review the SAM website at https://www.sam.gov. Please submit Unique Entity Identification (UEI) number with quote.) System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a8517df067a4ea4b80633e0b36d437f/view)
- Record
- SN07429200-F 20250504/250502230043 (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 |