Search Contract Opportunities

NH3 Combined Services FEM

ID: RFQ1569844 • Alt ID: 47PB0022Q0002 • Type: Solicitation • Match:  95%
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
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

NH3, Combined Services RFQ 47PB0022Q0002 The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 1 (New England) requires Combined Custodial and Facilities Maintenance services at the Norris Cotton Federal Building, Warren Rudman US Courthouse, and James C Cleveland Federal Building in New Hampshire. 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 a Blanket Purchase Agreement (BPA) to a MAS Category 561210FAC contract holder, 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. Award is expected to be made October 1, 2022. It is anticipated that services will begin on December 1, 2022. 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. Building Name Building Location Approximate Square Footage Services Warren B. Rudman 55 Pleasant Street Interior GSF= 200,147 Combined Custodial and Courthouse (NH0038ZZ) Concord, NH 03301-3954 Exterior GSF= 65,989 Building Operations & Maintenance James C. Cleveland 53 Pleasant Street Interior GSF= 122,806 Combined Custodial and Building Federal Building (NH0030ZZ) Concord, NH 03301-3954 Exterior GSF= 78,596 Operations & Maintenance Norris Cotton Federal 275 Chestnut Street Interior GSF= 181,696 Operations & Maintenance Building (NH0037ZZ) Manchester, NH 03101-2467 Exterior GSF= 43,765 GSA would expect to make one award under a single solicitation. Offers must be submitted by 2:00 PM EST, Monday, August 8, 2022.

Overview

Response Deadline
Aug. 18, 2022 Past Due
Posted
July 8, 2022
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
$47 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Vehicle Type
Blanket Purchase Agreement
On 7/7/22 General Services Administration issued Solicitation RFQ1569844 for NH3 Combined Services FEM due 8/18/22. The opportunity was issued full & open with NAICS 561210 and PSC R799.

Documents

Posted documents for Solicitation RFQ1569844

Question & Answer

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

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1569844

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1569844

Experts for NH3 Combined Services FEM

Recommended subject matter experts available for hire