The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 1 (New England) requires complete facility maintenance (CFM) services at the new John A. Volpe National Transportation Systems Center, U.S. Department of Transportation, Cambridge, MA. This building is currently under construction and will replace the existing building of the same name. 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. 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 December 31, 2021. It is anticipated that commissioning support services will commence on February 1, 2022, that transition services will begin February 1, 2023, and services will begin on July 1, 2023. It is anticipated that the duration of the BPA will be twelve (12) months of commissioning support services, five (5) months of transition services, seven (7) months of full services, and eight (8) 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 Request for Information (RFQ). The services required include scheduled and unscheduled maintenance and repair of equipment and systems including, but not limited to, the following: 1. Commissioning Support Services (i.e., to be present during the initial commissioning of the building and to be trained on systems operations by the various contractors at that time). 2. Electrical systems and equipment. 3. 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. 4. Fire protection and life safety systems and equipment. 5. 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 (maintenance of BAS and Computerized Lighting Systems software is excluded). 6. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 7. Service request desk operations to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions. 8. Maintenance of landscape and irrigation systems. 9. Mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment). 10. Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems. 11. Dock levelers and roll-up and sliding garage doors. 12. Elevator and vertical transportation systems, including locks and keycard systems. 13. Maintenance of all fixed equipment and systems, including playground equipment associated with the Child Care Center. 14. Maintenance of storm drainage systems to include reduction of storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 15. Completion of roofing system investigations and repairs. 16. Maintenance and repair of the U.S. flagpole, lighting, and pulley system. 17. Maintenance of conveying equipment, parking control equipment, and loading dock equipment. 18. Maintenance of other specialized systems: a. Water Reclamation System b. Foundation Dewatering/Filtration c. Photovoltaic Array d. Lightning Protection System e. Interior Lobby Monorail System f. Operable Partitions g. Green Roofs h. Fire Shutters Building Name: U. S. Department of Transportation Volpe National Transportation Systems Center (new; under construction) Building Location: 220 Binney St, Cambridge, MA. 02142 Square Footage: Total GSF = 565,513 (including parking garage), Total USF = 298,452 Services: CFM Services The janitorial cleaning services are not included in this notice; these services will be provided by an Ability One contract. However, there is a requirement for the CFM to provide Quality Assurance and oversight for this janitorial contract, as well as tracking services and calls within the CMMS. The CFM will be responsible for related services in selected areas (labs, classified areas, etc.) which can include window washing, trash removal, recycling, landscaping, and maintaining a building or area. The contractor would also be responsible to manage the Conference Center. The initial commissioning of the building will be performed by the building construction contractor, but the successful CFM contractor will be required to be present during this year-long process and be available to be trained on systems operations by the various contractors at that time. Offers must be submitted by 2:00 PM EST, Friday, October 15, 2021.