Search Contract Opportunities

Vermont Combined Custodial and Operations & Maintenance Services RFI

ID: RFQ1513390 • Type: Solicitation

Description

Federal Acquisition Service's (FAS) Multiple Award Schedule (MAS) Facilities Maintenance and Repair Subcategory 561210FAC (formerly 03FAC) Request for Information (RFI) The U.S. General Services Administration (GSA), Public Buildings Service (PBS), is conducting market research on the Federal Acquisition Service's (FAS) Multiple Award Schedule (MAS) Facilities Maintenance and Repair Subcategory 561210FAC (formerly 03FAC) to identify qualified firms who would be interested in submitting proposals for the requirement stated below. In particular, small businesses and socioeconomic small businesses capable of performing the requirement are highly encouraged to respond. The following is a synopsis of the requirement: GSA's PBS in Region 1 (New England) requires building operations & maintenance services at the Burlington Federal Building US Post Office and Courthouse, Winston Prouty Federal Building, Burlington SSA, and combined custodial and building operations & maintenance services at the Montpelier Federal Building US Post Office and Courthouse, Montpelier SSA, and the Rutland Courthouse. The performance-based 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. The North American Industry Classification System (NAICS) code that corresponds with this requirement is 561210 (Facility Management). The small business size standard is $41.5 million. If this requirement is set-aside for small businesses and socioeconomic 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. To assist in developing an acquisition strategy for this upcoming procurement, GSA PBS is issuing this RFI to seek information from current MAS Category 561210FAC contract holders. It is the intent that any subsequent solicitation issued 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 five (5) to ten (10) years in length, including options. In order to be considered for the BPA, 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: 03FAC (Legacy) SIN Requirements 811 002 Complete Facilities Maintenance 811 003 Complete Facilities Management 003 97 Ancillary Repair and Alterations 003 100 Ancillary Supplies and/or Services 03FAC 500 Order-Level Materials (OLMs) Multiple Award Schedule (MAS) Requirements 561210FAC Complete Facilities Maintenance and Management ANCRA Ancillary Repair and Alterations ANCILLARY Ancillary Supplies and Services OLM Order-Level Materials Vendors can determine if they feel they can meet the capabilities and performance requirements by reviewing the typical services that will be required as outlined below. It includes scheduled and unscheduled maintenance and repair of equipment and systems including, but not limited to, the following: 1. Electrical systems and equipment. 2. 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. 3. Fire protection and life safety systems and equipment. 4. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract (BAS, and Computerized s Lighting Systems software maintenance is excluded). 5. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6. Service request desk operations as identified in Section C.2.18 to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions. 7. Maintenance of landscape irrigation systems. 8. Mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment). 9. Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems. 10. Dock levelers and roll-up and sliding garage doors. 11. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 12. The Contractor shall complete roofing system investigations and repairs. 13. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system including raising and lowering the flag as required by the COR. 14. The Contractor shall maintain kitchen/concessions area drains if applicable. 15. The Contractor shall maintain conveying equipment, parking control equipment, and loading dock equipment. 16. Janitorial, landscaping, and snow removal services. The following building name, building location, approximate square footage, and type of required services are listed below: Burlington Federal Building US Post Office and Courthouse (VT0024ZZ) 11 Elmwood Ave, Burlington, VT 05401 Total GSF=147,860 Total RSF=134,148 Operations & Maintenance Winston Prouty Federal Building (VT0028ZZ) 11 Lincoln Street, Essex Junction, VT 05452 Total GSF=12,468 Total RSF=10,921 Operations & Maintenance Burlington SSA (VT0035ZZ) 58 Pearl Street, Burlington, VT 05401 Total GSF=7,842 Total RSF=7,316 Operations & Maintenance Montpelier Federal Building US Post Office and Courthouse (VT0026ZZ) 87 State Street, Montpelier, VT 05602 Total GSF=73,261 Total RSF=65,271 Combined Custodial and Building Operations & Maintenance Montpelier SSA (VT0034ZZ) 33 School Street, Montpelier, VT 05602 Total GSF=6,751 Total RSF=6,466 Combined Custodial and Building Operations & Maintenance Rutland Courthouse (VT0016ZZ) 151 West Street, Rutland, VT 05701 Total GSF=72,000 Total RSF=34,452 Combined Custodial and Building Operations & Maintenance For the Burlington Federal Building, Winston Prouty, and Burlington SSA, the custodial services are not included in this notice; these services will be provided by an Ability One contract. GSA would expect to make one award under a single solicitation. This is only a request for responsible, technically-qualified sources to respond in order to determine the appropriate method of procurement. Interested technically-qualified firms should submit detailed Statements of Capability. The Statements of Capability should include detailed reference information and fully address and respond to the following questions: NOTE: Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. Interested vendors are requested to respond to this RFI by 09/02/2021 at 4:00 p.m. EST to sotheavy.khon@gsa.gov, with the information outlined below: Company Information A. Name of firm B. Point of contact (name, phone number, and email address) C. DUNS number D. Annual Receipts E. Office Location(s) F. Business Size (Large/Small) for NAICS 561210 G. Socioeconomic Category(ies) (8(a), HUBZone, SDVOSB, WOSB) GSA Schedule Information A. GSA Schedule Contract Number B. Current period of performance C. Ultimate 20-year contract expiration date D. Continuous Contracts Do you hold a continuous contract or are you in the process of receiving a continuous contract? If so, what is the expiration date? E. List of all SINs awarded under your 03FAC contract Capabilities Narrative 1) Provide evidence of successful experience providing custodial and operations & maintenance services for projects of similar duration within the last three (3) years in an office building of a similar size, scope, and complexity. Briefly describe the services performed and how the referenced contract relates to the work described. Indicate whether this experience was performed as a prime contractor or subcontractor. Include information such as building size, dollar value, duration, location, government or commercial requirement, etc. to facilitate making a capability determination for this future requirement. Provide an agency or owner point of contact. 2) Provide a brief narrative describing how you plan on managing multiple buildings simultaneously within the geographic area without compromising cost, timeliness of delivery, and quality of work. 3) Provide a brief narrative describing how you plan on managing the National Computer Maintenance Management System (NCMMS) to include inventory control, preventative maintenance tracking, reporting, and data accuracy. 4) Provide a brief narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. 5) (For small business concerns) Will your firm provide at least 50 percent of the personnel cost of the contract performance with employees of your concern? 6) Will your firm submit a detailed proposal at a fair and reasonable price for this requirement when it is issued? 7) Are you interested in this opportunity as a prime contractor, or a Contractor Teaming Arrangement (CTA)? 8) If your firm intends to submit a proposal, are any of your Key Personnel and other contemplated staff cleared through the Department of Homeland Security HSPD-12 security process? 9) Indicate whether your firm is small business, small disadvantaged business, service-disabled veteran-owned, HubZone, Woman-Owned, 8(a) or Large Business. The NAICS code for this procurement will be 561210 (Facility Management) and the small business size standard is $41.5 million. Additional Information 1) Please include any other information and/or recommendations to assist GSA in its structuring of this contract requirement to facilitate competition, its approach to acquiring the services and the manner in which requirements are described for the identified items/services. The capabilities package requested under this RFI is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this requirement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards. Statements of Capability must be in writing and are due on 09/02/2021 at 4:00 p.m. EST. Responses are limited to no more than twenty (20) pages, exclusive of any commercial brochures or currently existing marketing material. Questions regarding this notice may be addressed to Sotheavy Khon at sotheavy.khon@gsa.gov. THIS IS NOT A REQUEST FOR PROPOSALS. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB, or RFP in the future. This notice does not commit GSA to contract for any supply or service. Further, GSA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this RFI. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential business sources. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. GSA will not pay for any information or administrative costs incurred in response to this notice. The government will not reimburse responders for the cost of the submittals. Submittals will not be returned to the responder. Statements of Capability should be e-mailed to sotheavy.khon@gsa.gov.

Overview

Response Deadline
Sept. 1, 2021 Past Due
Posted
Aug. 12, 2021
Set Aside
None
Place of Performance
Vermont USA
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 8/11/21 General Services Administration issued Solicitation RFQ1513390 for Vermont Combined Custodial and Operations & Maintenance Services RFI due 9/1/21. The opportunity was issued full & open with NAICS 561210 and PSC R799.

Documents

Posted documents for Solicitation RFQ1513390

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation RFQ1513390

Similar Active Opportunities

Open contract opportunities similar to Solicitation RFQ1513390