Operations and Maintenance Services, Warren E. Burger Federal Building & US Courthouse, St. Paul, Minnesota (№10681450)

23 oct

Number: 10681450

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


23-10-2018

Description


Operations and Maintenance Services, Warren E. Burger Federal Building & US Courthouse, St. Paul, MinnesotaSolicitation Number: 47PF0018R0137
Agency: General Services Administration
Office: Public Buildings Service (PBS)
Location: R5 Acquisition Management Division (47PF00)

Solicitation Number: 47PF0018R0137

Notice Type: Award

Contract Award Date: October 22, 2018

Contract Award Number: 47PF0019D0008

Contract Award Dollar Amount: 311744.04

Contractor Awarded Name: CMC & Maintenance, Inc.

Contractor Awarded DUNS: 883405797

Contractor Awarded Address: 4 Union St Ste 1
Bangor, Maine 04401-6457
United States

Synopsis: Added: May 14, 2018 10:31 am SYNOPSIS for Solicitation 47PF0018R0137
Warren E. Burger Federal Building & US Courthouse
St. Paul, Minnesota


The purpose of this acquisition is for the General Services Administration (GSA), Great Lakes Region, Acquisition Management Division (AMD) to procure Operations and Maintenance Services at the Warren E. Burger Federal Building & US Courthouse, 316 North Robert Street, St. Paul, Minnesota 55118-1495. This procurement is a Total Small Business set-aside.


Under this project the contractor shall provide all management, supervision, labor, materials, supplies, repair parts, tools, equipment and subcontracts necessary to maintain the Warren E. Burger Federal Building & US Courthouse in St. Paul, Minnesota, including inspection, testing, and maintenance of all fire protection systems. The contractor shall plan, schedule, coordinate, and ensure effective and economical completion of all work and services specified in the contract and will be responsible for performing scheduled and unscheduled maintenance and maintenance repairs, as necessary, including emergency call-back service.


This procurement is being solicited with a 12-month base period from December 1, 2018 to November 30, 2019, with four 1-year option periods.


This is a firm fixed price procurement. The solicitation will be issued as a total small business set-aside. The North American Industry Classification System (NAICS) code is 238220 with a size standard of $15 million, PSC Z2AA. All socio-economic small businesses are encouraged to submit an offer. Performance-based contracting does apply to the procurement.


The solicitation and any subsequent documents related to this procurement will be available via the internet only. No hard copies of the solicitation or related documents will be mailed. The solicitation will be posted to the Federal Business Opportunities (FedBizOpps) website (www.fbo.gov). Offerors will be responsible for monitoring FBO for amendments and/or additional information and are responsible for downloading their own copies of this solicitation, amendments, and other documents related to this solicitation.


All offerors must be registered and active in the System for Award Management (SAM), located at www.sam.gov, in order to be considered for award. BE ADVISED: If you are registering a new entity in SAM.gov, you must provide and mail an original, signed notarized letter stating that you are the authorized Entity Administrator before your registration will be activated. If you are updating or renewing your registration in SAM.gov after 4/27/2018, you must also provide a notarized letter before your updated registration will be activated. Read FAQs for more information on these requirements and/or contact the Federal Service Desk at www.fsd.gov for additional questions or assistance.


There will be a Pre-proposal Conference and Site Visit. The solicitation will contain the Site Visit date and time as well as RSVP instructions.


It is the Government"s intent to award a contract to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the following evaluation factors: (1) Management Plan & Approach; (2) Past Performance; and (3) Total Evaluated Price (TEP). Management Plan & Approach is slightly more important than Past Performance. When combined, Management Plan & Approach and Past Performance are significantly more important than TEP.


The solicitation will be posted on or about May 30, 2018; the date for receipt of proposals will be stated in the solicitation.


For any questions related to this synopsis please contact the Contracting Officer:


Jessica H. Wilde
[email protected]
312.886.3313
230 S. Dearborn St. Suite 3300
Chicago, IL 60604


Added: May 15, 2018 4:22 pm SYNOPSIS for Solicitation 47PF0018R0137
Modified to add the following information to the description:

The current contractor is RTW Enterprises Inc. located in Ellicott City, MD (mailing address Columbia, MD). The current monthly price is $26479.97. Because these specifications are performance based, it is the responsibility of the Offeror to review the entire solicitation and base their proposal on this forthcoming solicitation.



Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Sensitive/Secure Package: Yes

Posted Date: June 6, 2018

Login Required

Contractor Question & Answer #1 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Question & Answer #1

Posted Date: June 14, 2018



SOL_47PF0018R0137_Q&A__1.pdf (15.79 Kb) Description: Contractor Question & Answer #1

Amendment 1 Type: Mod/Amendment

Posted Date: June 15, 2018



AMD_01_RFP_47PF0018R0137.pdf (609.25 Kb) Description: Amendment 001 is hereby issued to amend Section I Contract Clauses

Pre-Proposal Conference Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Pre-Proposal Conference

Posted Date: June 21, 2018



Pre-Proposal_Conference_Agenda.pdf (73.14 Kb) Description: Pre-Proposal Conference Agenda

Pre-Proposal_Conference_Sign-In.pdf (245.74 Kb) Description: Pre-Proposal Conference Attendance Sheet

Contractor Question & Answer #2 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Question & Answer #2

Posted Date: June 26, 2018



Contractor_Q&A__2.pdf (19.82 Kb) Description: Contractor Question & Answer #2

Contractor Question & Answer #3 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Question & Answer #3

Posted Date: June 29, 2018



Contractor_Q&A__3.pdf (20.03 Kb) Description: Contractor Q&A #3

Amendment 2 Type: Mod/Amendment

Posted Date: June 29, 2018



AMD_02_RFP_47PF0018R0137.pdf (619.78 Kb) Description: Amendment 002 is hereby issued to remove all references to FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns from the solicitation.

Contractor Q&A #3 Corrected Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Q&A #3 Corrected

Posted Date: June 29, 2018



Contractor_Q&A__3_CORRECTED.pdf (20.61 Kb) Description: Contractor Question & Answer #3 Corrected

Contractor Question & Answer #4 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Question & Answer #4

Posted Date: July 3, 2018



Contractor_Q&A__4.pdf (16.19 Kb) Description: Contractor Question & Answer #4

Amendment 3 Sensitive/Secure Package: Yes

Posted Date: July 6, 2018

Login Required

Contractor Question & Answer #5 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Question & Answer #5

Posted Date: July 10, 2018



Contractor_Q&A__5.pdf (12.18 Kb) Description: Contractor Question & Answer #5

Contractor Question & Answer #6 Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Contractor Question & Answer #6

Posted Date: July 12, 2018



Contractor_Q&A__6.pdf (8.28 Kb) Description: Contractor Question & Answer #6



Contracting Office Address: Please refer to the notice for address and remittance information.

United States


Place of Performance: Warren E. Burger Federal Building & US Courthouse, 316 North Robert Street
St. Paul, Minnesota 55118-1495
United States


Primary Point of Contact.: Jessica Wilde, Contracting Officer

[email protected] Phone: 3128863313

Secondary Point of Contact: Ronald P Sieben, Contracting Officer

[email protected] Phone: 612-725-3018 Fax: 612-725-3817