The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 1 (New England) requires Combined Custodial and Facilities Maintenance services, In Maine, at the: Group A: US Border Station, St Pamphile, ME0012ZZ, US Border Station ST Pamphile Garage, ME0013ZZ, US Border Station , TWP20-Estcourt Station, ME4033ZZ, US Border Station, Fort Kent ME ME0088Z, US Border Station, Madawaska, ME (Old Station) ME0051BM, US Border Station, Madawaska, ME (New Station) ME0053BM, US Border Station, Madawaska Commercial Building ME0053BM, US Border Station, Van Buren, ME0843BX, US Border Station, Van Buren, ME0844BX, US Border Station, Van Buren Commercial Building, ME0845BX Group B: US Border Station, Limestone ME0701BL, US Border Station Fort Fairfield ME0601BF, SSA Trust Fund Building Presque Isle ME0078ZZ, US Border Station Houlton ME0661BH, US Border Station Houlton USDA Animal Inspection ME0662BH, US Border Station Houlton Truck Facility ME0663BH, US Border Patrol Sector Headquarters Houlton ME0074ZZ, US Border Patrol Intelligence Building, ME0089ZZ, US Border Patrol Administrative Building ME0092HO, US Border Station, Orient ME0751BT, US Border Station, Orient Garage ME0752BT Group C: US Border Station Milltown ME0091ZZ, US Border Station Ferry Point ME0501BC, US Border Station Ferry Point Garage ME0503BC, US Border Station International Avenue ME0851BI, US Border Station International Avenue NII Building ME0852BI, US Border Station Vanceboro ME0831BV, US Border Station Vanceboro Garage ME0823BV, The performance work statement (PWS) will require the contractor to provide all management, supervision, labor, materials, equipment, and supplies for the conduct of efficient, effective, economical, and satisfactory operations. This requirement is a small business set-aside, with a NAICS code of 561210, Facilities Support Services, with a size standard of $41.5 million. The lead GSA Special Item Number (SIN) or 561210FAC (MAS Complete Facilities Maintenance and Management) (primary NAICS 561210) will be utilized to procure this need. Since this requirement is set-aside for small businesses, there will be a limitation on subcontracting, which means that at least 50 percent of the resulting contract's personnel cost shall be expended on prime contractor employees. It is the intent that this solicitation will result in the award of one to three Blanket Purchase Agreement(s) (BPA) to MAS Category 561210FAC contract holder(s), which represents the best value to the Government, technical and price factors considered. It is expected that BPAs will be ten (10) years in length, including options. Offerors may provide a proposal for any or all Groups. Offerors must address all items within the Group. Each group will be evaluated separately. Award is expected to be made on or around February 28, 2023. It is anticipated that services will begin on May 1, 2023. It is anticipated that the duration of the BPA will be twelve (12) months of base services, and nine (9) one-year options, with the possibility of an extension of performance up to an additional six (6) months, in accordance with FAR 52.217-8. In order to be eligible for award, a vendor will be required to have a contract award under the MAS Category 561210FAC schedule. It is expected that each vendor or Contractor Team Arrangement (CTA) will need to have, at a minimum, the following categories: 561210FAC Complete Facilities Maintenance and Management ANCRA Ancillary Repair and Alterations ANCILLARY Ancillary Supplies and Services OLM Order-Level Materials The full Request for Quote (RFQ), Performance Work Statement (PWS) and all associated exhibits and attachments are attached to this solicitation. The services required include scheduled and unscheduled maintenance and repair of equipment and systems including, but not limited to, the following: 1. Janitorial services (Interior/Exterior) 2. Grounds Maintenance 3. Solid waste removal 4. Recycling 5. Paper and soap dispensing equipment in restrooms 6. Integrated Pest Management Services 7. Exhaust systems 8. Electrical systems and equipment. 9. Mechanical, plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. 10. Fire protection and life safety systems and equipment. 11. All Building Monitor and Controls system are within the scope of this contract. These BMC systems may include Building Automation Systems (BAS), Digital Lighting Systems and Public Address Systems, Energy Management Systems or other building controls systems. BMC systems will be connected to the GSA Network and access to these systems will require GSA ENT network credentials. Contractor will be responsible for hardware and software for listed systems excluding computerized operating systems (For example Windows Server 2008, Linux, etc.). Software maintenance must include security patching and minor revision updates as recommended by system installer. A minor revision is an incremental patch or update to the existing software or firmware version with low risk to existing interoperability. 12. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 13. Work Request / Work Order operations as identified in the PWS to include record keeping using the National Computerized Maintenance Management System (NCMMS). 14. Locks, vehicle barrier systems and static and dynamic bollard systems. 15. Dock levelers and roll-up and sliding garage doors. 16. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 17. The Contractor shall complete roofing system investigations and repairs. 18. The Contractor shall maintain and repair U.S. flagpole, lighting and pulley system. including raising and lowering the flag as required by the COR. 19. The Contractor shall maintain kitchen/concessions area drains if applicable. GSA would expect to make one to three award(s) under a single solicitation. Offers must be submitted by 10:00 AM EST, Wednesday, February 1, 2023.