This is a Performance Based Work Statement (PBWS) for Facilities Engineering: Operations, Maintenance, and Related Services defined under the scope of this contract. This PBWS describes the minimum requirements of the U.S. General Services Administration (GSA) and acceptable outcomes to be performed by the Operations and Maintenance Contractor (known from here on as Contractor). All, or part of, the successful offeror's Management Plan must be incorporated into the contract. GSA seeks to establish a partnering relationship with the Contractor to accomplish the program objectives in this contract. The objective of the partnering process is to provide an effective problem-finding/problem-solving management team composed of personnel from both parties, thus creating a single culture with one set of goals and objectives. Partnering requires that both parties recognize and address those opportunities and challenges that must be confronted to help maintain the health of the Contractor/GSA relationship. The relationship is based on trust, dedication to common goals, and an understanding of each other's individual expectations and values. The team must utilize a facilities engineering and systems thinking approach to provide solutions from a global perspective. The outcome of this initiative is for GSA to leverage Contractor expertise to assist GSA in accomplishing these goals and objectives. GSA intends to purchase Contractor provided technical and managerial expertise to assist in the holistic management of assets over the long term. This program strategy has taken the name "facilities engineering" and has proven to be a successful model resulting in efficient and effective management of assets while maintaining a lower overall cost of operations. The facilities engineering model is dependent upon an effective partnership with a highly skilled Contractor whose objectives are based on mutual understanding of the stated requirements and objectives. A higher level of effective communication between the Government and Contractor is essential for partnering and for this performance-based service contract to succeed, whereas the success of this contract is shared between the Government and the Contractor. More emphasis is placed on the Contractor's self-management of quality, not the usual inspection by Government inspectors, although that is a part of this contract as well. All parties must act proactively to reduce service cost. To establish a standard of facilities engineering practices, thought processes and problem solving throughout the model, GSA established a program philosophy rooted in "systems thinking" whereby the means and methods for providing building operations and maintenance are established through investigations, metrics, and feedback loops, and by establishing a partnership between the Government and Contractor to achieve joint performance objectives. The goal of applying systems thinking to facility management is to see that every action or decision in operating, maintaining, and retrofitting a building must result in an impact (financial, environmental, human resource, or any combination thereof), and to evaluate the "full circle" implications. Long term application of systems thinking throughout GSA has resulted in both Contractor and Government joint command of short-term and long-term cohesive management of real property assets. GSA is committed to Federal leadership in the design, construction, and operation of high-performance and sustainable buildings. A major element of this strategy is the implementation of common strategies for operating and maintaining buildings. As a result, this contract requires the Contractor to participate and partner with the Government in the initiative of obtaining high performance and sustainable operations, inclusive of initiatives to conserve energy and water consumption, recycling programs, meeting or exceeding specific environmental, regulatory, or performance standards, and the utilization of green products and services. The following sections detail the GSA minimum requirements and acceptable outcomes. The Contractor must closely monitor all aspects of the work, identify deficiencies and implement corrective action, without reliance on Government oversight. The Key Performance Indicators (KPIs) assess progress in key O&M program elements that significantly impact the tenant's working environment. Performance targets for the KPI are based on realistic and achievable outcomes, which are measured by the building's National Computer Maintenance Management System (NCMMS), Work Order Throughput (WOT). Actual performance for each KPI is used by the parties to identify and implement improvements in O&M services and provide a forum for future discussions on CPARS between the Contractor and the Government. All KPIs shall meet the established range as identified in NCMMS and are subject to change to maintain a quality of service. A report will be established monthly by the Government and can be accessed through the NCMMS Help-Center Data and is updated monthly. To the extent possible and consistent with EO 13788, the Contractor must maximize the use of goods, products and materials that are produced in the United States. The Contractor must provide management, supervision, labor, materials, equipment, and supplies (shipping & handling) and must be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, repair of equipment and systems within the property line of the following locations: IA00119ZZ US Federal Building, 400 S Clinton ST, Iowa City, IA 52240 and IA0027ZZ US Courthouse 131 E 4th ST Davenport, IA 52801 Additional services may be ordered at the discretion of GSA for work relating to the operations, maintenance and repair or upgrade of the facilities listed above, but not covered in the basic services of the contract. The RFQ response package shall be as follows: Evaluation Phase 1 Submission due May 24, 2021 by 2:00 PM CDT a. Volume I - Technical Quote 1. Prior Experience 2. Past Performance b. Volume II - Price Quote 1. Pricing Information Signed Standard Form 1449, including acknowledgement of any amendments Information required in Section 2.1 of this RFQ Fully completed electronic Pricing Sheet in Microsoft Excel format 2. GSA Schedule Contract Information Copy of GSA Schedule MAS contract which clearly indicates the following information: o GSA Schedule Contract Number o List of all SINs awarded under offeror's MAS contract o Current Period of Performance o Ultimate 20-year contract expiration date o Evidence that the Ultimate 20-year contract expiration date is on or after 05/31/2031. o Copy of all Schedule pricing modifications. This should include any approved pricing for Ancillary SINs, to include commercial catalog pricing and Schedule-approved mark-up for materials o Evidence that the offeror's GSA Schedule MAS contract has been modified through Refresh #0005 by the closing date of this RFQ. 3. Information Technology/Communication Technology Certification for Base Monthly Services Completion of 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Attachment 1.A) 4. Self-Certification Offerors must complete "Appendix C - Self-Certification Statement" which states that all rates offered (with the exception of Order Level Materials (OLMs)) correspond to line items on the contractor's GSA Schedule Pricelist and that they do not exceed the contractor's rates of the applicable SIN. 5. Department of Labor wage determinations Services under this RFQ are covered by the Service Contract Labor Standards. The applicable wage determination for this RFQ and subsequent BPA is Wage Determination 2015-5105, Revision 12, dated December 21, 2020. 6. Contractor Teaming Arrangement (CTA) Those offeror's submitting under a CTA shall provide a copy of the team's teaming agreement identifying the following: The CTA document should designate all team members and their corresponding Schedule contract numbers. Describe the tasks to be performed by each team member, along with the associated proposed prices (e.g., unit prices, labor categories, and hourly rates). An authorized representative of each entity of the CTA must sign the quote package. The CTA must provide a certificate or statement that identifies a single point of contact, i.e., a principal representative (by name) of the CTA for purposes of resolution of contractual matters and payment issues. Evaluation Phase 2 Submission: a. Volume I (b) - Technical Quote 1. Management Plan After award, the successful offeror will be given a written Notice to Proceed, and shall provide contractual services for a one (1) year period, with the possibility of nine (9) one (1) year options, for a potential contract period total of 10 (10) years, plus an additional six (6) months, commencing on the day specified in the Notice to Proceed. Following is a listing of the anticipated periods of performance under the BPA: Initial Base Period: 10/01/2021 9/30/2022 Option Period 1: 10/01/2022 9/30/2023 Option Period 2: 10/01/2023 9/30/2024 Option Period 3: 10/01/2024 9/30/2025 Option Period 4: 10/01/2025 9/30/2026 Option Period 5: 10/01/2026 9/30/2027 Option Period 6: 10/01/2027 9/30/2028 Option Period 7: 10/01/2028 9/30/2029 Option Period 8: 10/01/2029 9/30/2030 Option Period 9: 10/01/2030 9/30/2031 6 Month Extension of Services: 10/01/2031 03/31/2032