Number: 10681450
Country: United States
Source: Federal Business Opportunities
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
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.