Search Contract Opportunities

DSCC DFAS Operation and Maintenance Services in Columbus, OH   3

ID: W912QR21R0007 • Type: Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Annual recurring maintenance services for the Defense Finance and Accounting Service (DFAS) Columbus Center located within the Defense Supply Center Columbus (DSCC), a Defense Logistics Agency (DLA) installation. The primary DFAS facility consists of an approximate 592,000 square foot building containing seven stories plus a basement and three penthouses. Individual floor space varies from 66,804 to 87,825 gross square feet. The central mechanical plant and main electrical switchgear are housed in a separate Central Plant structure. The cooling towers servicing the Columbus Center are located directly north of the Central Plant building. The primary work to be performed under this contract includes General Building Operation, Scheduled and Preventative Maintenance executed in accordance with a Preventative Maintenance Plan, Routine Maintenance and Repair, and Contract Administration Services. Work will also include responsibility for the operation of all mechanical, electrical, plumbing, and conveyance systems.

TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year Period of Performance, Not to Exceed (NTE) $10,000,000.00. The North American Industrial Classification System Code (NAICS) for this effort is 238990.
TYPE OF SET-ASIDE: This acquisition is set-aside for 8(a) firms.

SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror's proposal will be reviewed, evaluated, and rated by the Government.

Proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Management Plan and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than cost or price, are considered approximately equal to cost or price.

DISCUSSIONS: The Government intends to award without discussions.

SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https://beta.sam.gov/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://beta.sam.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.
REGISTRATIONS:
Offerors shall have and shall maintain an active registration in the following database:
System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Miriaha Sigmon, at Miriaha.D.Sigmon@usace.army.mil.

Overview

Response Deadline
Nov. 9, 2020, 1:00 p.m. EST Past Due
Posted
Oct. 9, 2020, 10:38 a.m. EDT (updated: Oct. 30, 2020, 7:49 a.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Columbus, OH United States
Source

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
87% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 10/9/20 USACE Louisville District issued Solicitation W912QR21R0007 for DSCC DFAS Operation and Maintenance Services in Columbus, OH due 11/9/20. The opportunity was issued with a 8(a) (8A) set aside with NAICS 238990 (SBA Size Standard $19 Million) and PSC M1EB.
Primary Contact
Name
Miriaha D Sigmon   Profile
Phone
(502) 315-6852

Documents

Posted documents for Solicitation W912QR21R0007

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W912QR21R0007

Award Notifications

Agency published notification of awards for Solicitation W912QR21R0007

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W912QR21R0007

Contract Awards

Prime contracts awarded through Solicitation W912QR21R0007

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912QR21R0007

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912QR21R0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > LRD > US ARMY ENGINEER DISTRICT LOUISVILL
FPDS Organization Code
2100-W912QR
Source Organization Code
100221425
Last Updated
Sept. 30, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 30, 2021