Search Contract Opportunities

DFC Team Central Full Facility Services

ID: DFCTeamCentralFacility • Type: Sources Sought

Description

SYNOPSIS:

General Services Administration is seeking viable qualified Contractors that have performed or have the capability to perform Complete Facility Support Services (which includes Facility Engineering, Operation and Maintenance, Custodial, Pest Control, and Other related Services) for Denver Federal Center Campus (Team Central), Lakewood, Colorado. This procurement is pursuant to NAICS CODE 561210 Complete Facilities Maintenance & Management (Maintenance & Repairs).

Locations to include but not limited to:

Approximately 1.5 million gross square feet, spread out over approximately 66 acres (2.9 million

square feet) of land.

Team Central Buildings:

Building 40 -

INTERIOR GSF:..................................................................................................... 50,092

INTERIOR USF:...................................................................................................... 38,538

Building 41-

INTERIOR GSF:.............................................................................................498,260 GSF*

Building 44 -

INTERIOR GSF:.....................................................................................................9,285

INTERIOR USF:......................................................................................................7,677

Building 45 -

INTERIOR GSF:..................................................................................................... 78,397

INTERIOR USF:...................................................................................................... 63,152

Building 46 -

INTERIOR GSF:..................................................................................................... 21,317

INTERIOR USF:......................................................................................................15,333

Building 48 -

INTERIOR GSF:............................................................................................. 154,383 SF*

INTERIOR USF:..............................................................................................147,908 SF*

Building 50 -

INTERIOR GSF:.............................................................................................146,187

INTERIOR USF:.............................................................................................96,588

Building 52 -

INTERIOR GSF:.............................................................................................11,460

INTERIOR USF:.............................................................................................8,644

Building 53 -

INTERIOR GSF:.............................................................................................387,826

INTERIOR USF:.............................................................................................277,841

Building 54 -

INTERIOR GSF:..................................................................................................... 3,541

INTERIOR USF:......................................................................................................3,241

Building 55 -

INTERIOR GSF:..................................................................................................... 14,050

INTERIOR USF:...................................................................................................... 10,123

Building 64/64A -

INTERIOR GSF:..................................................................................................... 9,800

INTERIOR USF:......................................................................................................8,925

Building 710 -

INTERIOR GSF:..................................................................................................... 35,845 SF*

INTERIOR USF:...................................................................................................... 27,256 SF*

Building 710A -

INTERIOR GSF:..................................................................................................... 55,599 SF*

INTERIOR USF:...................................................................................................... 26,693 SF*

Building 720 -

INTERIOR GSF:..................................................................................................... 17,410 SF*

INTERIOR USF:......................................................................................................16,450 SF*

Description of Work:

This requirement will provide Operation and Maintenance, Custodial, Pest Control, and management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, testing, inspection and repair of equipment and systems to include required contract reports/reporting.

The operations and maintenance will include electrical systems and all associated equipment, including lighting/systems, high voltage power distribution equipment, a diesel emergency backup power generator, photovoltaic solar power and all associated systems; mechanical, plumbing, energy management control systems, building automation systems (BAS), advanced meters, smart building programs and associated equipment and heating, ventilation, and air conditioning systems and all associated equipment; fire protection and life safety systems and all associated equipment; architectural and structural systems, fixtures, and all associated equipment; service call management within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions; maintenance of office building dock overhead roll-up door and parking facility high speed vehicle rollup doors to include ADA door openers within both facilities; domestic water equipment, and systems; water fountains, water bottle refill stations, an ice/water dispenser and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the Contracting Officer's Representative; roofs, anchors, davits and associated roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the federal buildings located in Lakewood, Colorado.

The buildings are made up of secured/unsecured building space, restrooms, stairwells, public elevators, elevator lobby, conference rooms, kitchenettes, administrative, fitness center, loading dock and a traditional ground level building loading dock.

There is a need for a highly qualified contractor to provide a wide variety of maintenance and services for the associated buildings and willing to partner with the Government. The tenants occupying the buildings require continuous building operation to support their agency operations/mission. It is imperative that the selected contractor has experience successfully maintaining and operating multiple-tenant, multi-story buildings, multiple facilities , high-security areas, lab facilities, Data Centers and individually conditioned IT server rooms.

The resultant contract will be a firm fixed-price contract for To be determined but at a minimum a one-year base, with four one-year options. The contractor will have a transition period tentatively starting February 1, 2025 to March 30, 2025, at no cost to the Government, with actual performance period tentatively commencing on or about April 1, 2025.

Information Requested:

Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information.

Any responses to this SPECIAL NOTICE as it relates to any sources sought should reference Team Central Full Facility' and shall include the following information:

  1. Company Information: Name, address, business size.
  2. Unique Employee Identification (UEI)
  3. Company status: *Company size and applicable socioeconomic status
  4. Affiliate information: parent company, joint venture partners, and potential teaming partners.
  5. Schedule Contract (if Applicable): Schedule contract number, SINs, and the final expiration date of the FSS Contract
  6. Subcontracting: In accordance with FAR 52.219-14, Limitations on Subcontracting, contractors must perform at least 50 percent of the cost of the contract. Identify requirements your company will perform with in-house employees vs Subcontracted.
    1. Provide areas of expertise and certifications your company holds that will provide a value to this requirement.
  7. Relevant Experience: Provide summaries for one to three similar projects (as described above) that demonstrate the small business firm's relevant experience in Facility maintenance to include Facility Engineering, Operation and Maintenance, Custodial, Pest Control, ancillary Snow Removal. Identify if you have any pre established relationships with Subcontractors in any of the identified locations.
  8. Any other pertinent information that would make the responding company qualified for this effort.

Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-8) as stated above.

All responses are due As soon as possible but no later than Monday July 1, 2024 at 10:00 AM MST and shall be submitted to:

Tiffany Campbell

Recurring Contracts Contracting Officer

R8rspteam@gsa.gov

The sources sought notice are for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.

Overview

Response Deadline
July 1, 2024, 12:00 p.m. EDT Past Due
Posted
June 12, 2024, 10:54 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Lakewood, CO 80225 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Odds of Award
40%
Signs of Shaping
54% of obligations for similar contracts within the Public Buildings Service were awarded full & open.
On 6/12/24 PBS Region 8: Rocky Mountain Region issued Sources Sought DFCTeamCentralFacility for DFC Team Central Full Facility Services due 7/1/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC S216.
Primary Contact
Name
Tiffany L Campbell   Profile
Phone
(303) 236-2539

Documents

Posted documents for Sources Sought DFCTeamCentralFacility

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought DFCTeamCentralFacility

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought DFCTeamCentralFacility

Similar Active Opportunities

Open contract opportunities similar to Sources Sought DFCTeamCentralFacility

Additional Details

Source Agency Hierarchy
GENERAL SERVICES ADMINISTRATION > PUBLIC BUILDINGS SERVICE > PBS R8
FPDS Organization Code
4740-47PJ00
Source Organization Code
100176880
Last Updated
July 16, 2024
Last Updated By
tiffany.campbell@gsa.gov
Archive Date
July 16, 2024