Edith Green Wendell Wyatt O&M Services (№8602932)

19 jun

Number: 8602932

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


19-06-2018

Description


Edith Green Wendell Wyatt O&M ServicesSolicitation Number: EQ10PAA-1-18-0003-EGWW
Agency: General Services Administration
Office: Public Buildings Service (PBS)
Location: R10 Facility Division, Facilities Operations Support Br (47PL02)

Solicitation Number: EQ10PAA-1-18-0003-EGWW

Notice Type: Award

Contract Award Date: June 11, 2018

Contract Award Number: 47PL0218D0011

Contract Award Dollar Amount: $2010000.00

Contract Line Item Number: 0001

Contractor Awarded Name: Edith Green Wendell Wyatt O&M Services

Contractor Awarded DUNS: 781175112

Contractor Awarded Address: 607 Church St
Sandpoint, Idaho 83864
United States

Synopsis: Added: Apr 03, 2018 5:57 pm General Services Administration, Region 10 is issuing a Request for Quote (RFQ) for Operations and Maintenance (O&M) services at the Edith Green Wendell Wyatt Federal Building in Portland, OR. The O&M services include, but are not limited to Locksmith services; Plumbing operations & mainte-nance; Electrical services to include: High/low voltage systems and maintenance and repair of exterior electrical distribution system; Maintenance of energy management control systems (EMCS); Refrigera-tion maintenance; Maintenance of renewable energy systems; Repair of water tanks; Fire alarm system preventive maintenance and repair service; Maintenance support training and consulting services; Fire suppression system preventive maintenance and repair services; Mechanical and operations maintenance & repair of building systems to include: HVAC, boilers, chillers, etc.; Operation and Maintenance of water distribution systems and septic systems.

The Government intends to award on Indefinite Delivery/Indefinite Quantity contract for a base period of (1) one year and four(4) options periods for a total potential performance period of (5) five years to the responsible offerors whose proposal constitutes the most advantageous approach to meeting the Operations and Maintenance (O&M) Services outlined in the PWS. Award will be made utilizing a best value in accordance with evaluation and award procedures in accordance with FAR part 13.106-2.

Questions that are relevant to quote preparation should be submitted no later that April 17, 2018, 12:00 noon PDT in writing to the points of contacts (POCs) listed in the Request for Quote (RFQ). Questions submitteed to the wrong POCs, who are not listed in the RFQ, will not be responded. The Government will make every effort to respond to questions that are relevant to Quote preparation by issuing the amendment(s) to the RFQ, which will be posted via the Fed Biz Opps System no later than April 20, 2018, Noon PDT. The Government reserves the right to extend the RFQ prior to posted closing date for any reason.

In the event that the Government gets inundated with questiosn from Offerors, the Government reserves the right to respond only to the questions that are relevant to proposal preparation. All Offeror are encouraged to carefully review the RFP and attend the scheduled Site Walk Through to gather necessary informaiton. The Government currently lacks "time and resources" to fetch data for the Offerors such as make and model numbers of specific equipment and/or systems and respond to a long list of irrelevant questions.

Offerors shall submit their proposal with numbered pages and referenced by section in a table of contents. Offers shall submit two (2) Volume III"s - see instructions below. Do not include any pricing information in the technical proposal (VOLUME III). The table of contents shall include the Checklist of Items to submit and proposal documents in the following volumes:

Volume I CONTRACT DOCUMENTS



  • SF 1449 Solicitation/Contract/Order for Commercial Items copy. Offeror shall complete and sign the SF 1449, Blocks 12, 17, 23, 24 & 30

  • Checklist of Items to Submit (Attachment 16)

  • Signed all issued SF 30 Amendment of Solicitation/Modification of Contract

  • Vendor Validation Information Sheet


Volume II SUPPLIES / SERVICES & PRICES



  • EGWW O&M Schedule pf Pricing (Attachment 5)

  • EGWW O&M Schedule of Pricing (Attachment 6)

  • EGWW O&M Switchgear Schedule of Pricing (Attachment 7)

  • EGWW O&M Additional Services Pre-Priced (Attachment 8)

  • EGWW Schedule of Pricing - Subcontracted Services (Attachment 9)


Volume III TECHNICAL EVALUATION FACTORS - FIRST SET
(OFFERORS SHALL REMOVE ANY AND ALL IDENTIFYING INFORMATION OF THE OFFEROR AND SHALL BE SUBMITTED ON LETTER SIZED PAPER WITH 1" x 1" MARGIN ON TOP, BOTTON, LEFT AND RIGHT OF EACH PAGE OF THE DOCUMENT USING "TIMES NEW ROMAN FONT" SIZE 12 ONLY) --- REFERENCE "SECTION M" OF THE RFQ FOR FUTHER DETAILS
Evaluation Factors:
Factor 1 - Technical Factors
Sub factor 1 - EGWW Technical Questions - Attachment 10 (Vol. III)
Sub factor 2a - EGWW O&M Staffing Declaration - Attachment 11A (Vol. III)
Sub factor 2b - EGWW O&M Staffing Plan Questions - Attachment 11B (Vol. III)
Sub factor 3 - EGWW Switchgear Sub contractor Selection - Attachment 12 (Vol. III)Factor 2 - Service Delivery
Sub factor 1 - EGWW Service Delivery Section - Attachment 13a (Vol. III)
Sub factor 2 - EGWW Service Delivery Questions - Attachment 13b (Vol. III)

Volume III TECHNICAL EVALUATION FACTORS - SECOND SET
(SHALL INCLUDE IDENTIFYING INFORMATION OF THE OFFEROR)
Evaluation Factors:
Factor 1 - Technical Factors
Sub factor 1 - EGWW Technical Questions - Attachment 10 (Vol. III)
Sub factor 2a - EGWW O&M Staffing Declaration - Attachment 11A (Vol. III)
Sub factor 2b - EGWW O&M Staffing Plan Questions - Attachment 11B (Vol. III)
Sub factor 3 - EGWW Switchgear Sub contractor Selection - Attachment 12 (Vol. III)
Factor 2 - Service Delivery
Sub factor 1 - EGWW Service Delivery Section - Attachment 13a (Vol. III)
Sub factor 2 - EGWW Service Delivery Questions - Attachment 13b (Vol. III)

Volume IV PAST PERFORMANCE
Factor 1- Technical Factors
Sub factor 1 - EGWW Past Performance Questionnaire (PPQ) Attachment 14 (Vol. IV)
Past Performance Questionnaire (PPQ) - Offerors are encouraged to reach out to their current and past customer(s) and arrange to submit PPQ directly to the Government using Attachment 14. Recent is defined as within the last three (3) years, and relevant is defined as similar in scope, complexity and building type.
Sub factor 2 - Contractor Supplied Experience Questionnaire Attachment 15 (Vol. IV)
Contractor-Supplied experience - Offerors shall provide up to three (3) of their best experiences that are recent and relevant on Attachment 15. Recent is defined as within the last three (3) years, and relevant is similar in scope, complexity and building type.
Past Termination explanation - If needed
The Government will retrieve recent and relevant CPARS and PPIRS records for all Offerors. Please do not submit CPARS and PPIRS records.

Offeror is to furnish proposal electronically to

[email protected] ,

[email protected] and

[email protected] no later than May 3, 2018, 12:00 Noon PDT. All offers received after the due date and time will be considered late and will not be evaluated for award.



Please consult the list of

document viewers if you cannot open a file. Combined Synopsis-Solicitation EGWW O&M Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Combined Synopsis-Solicitation EGWW O&M

Posted Date: April 3, 2018



Combined_Synopsis-Solicitation_EGWW_O&M_-_Final_4.3.2018.pdf (1044.64 Kb) Description: Combined Synopsis-Solicitation EGWW O&M

EGWW O&M - Section J Exhibits Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: EGWW O&M - Section J Exhibits

Posted Date: April 3, 2018



EGWW_O&M_-_Section_J_(Exhibits).zip (1040.07 Kb) Description: EGWW O&M - Section J Exhibits

EGWW O&M Section J - Attachments Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: EGWW O&M Section J - Attachments

Posted Date: April 3, 2018



EGWW_O&M_Section_J_-_Attachments.zip (7373.86 Kb) Description: EGWW O&M - Section J

Amendment 1 Type: Mod/Amendment

Posted Date: April 4, 2018



EQ10PMAA-1-18-0003_Amendment_0001.pdf (558.00 Kb) Description: This amendment to correct a clerical errors.

Amendment 2 Type: Mod/Amendment

Posted Date: April 5, 2018



SF_30_-_EQ10PMAA-1-18-0003_Amendment_0002.pdf (547.81 Kb) Description: SF 30 - EQ10PMAA-1-18-0003 Amendment 0002

Amendment 3 Type: Mod/Amendment

Posted Date: April 5, 2018



Section_B_-_Services,_Ordering_and_Prices.pdf (34.72 Kb) Description: Section B - Services, Ordering and Prices

Amendment 4 Type: Mod/Amendment

Posted Date: April 16, 2018



SF_30_-_EQ10PMAA-1-18-0003_Amendment_0003.pdf (553.54 Kb) Description: AM0003 -

Amendment 5 Type: Mod/Amendment

Posted Date: April 16, 2018



AM0003_Pg_2.docx (13.24 Kb) Description: AM0003 - Page 2

Amendment 6 Type: Mod/Amendment

Posted Date: April 20, 2018



SF_30_-_EQ10PMAA-1-18-0003_Amendment_0006.pdf (542.24 Kb) Description: SF30

Pre-Proposal_Agenda_-_EGWW_O&M.docx (18.18 Kb) Description: Pre-proposal Agenda

Site_Visit_Sign_in_Sheets1.docx (19.57 Kb) Description: Participant List

Q&A.docx (38.03 Kb) Description: Q&A

Amendment 7 Type: Mod/Amendment

Posted Date: April 25, 2018



SF30-16b1.pdf (597.04 Kb) Description: AM007 - SF30

Amendment_0007_Page_2.docx (17.71 Kb) Description: Page 2 of Amendment 0007

Amendment 8 Type: Mod/Amendment

Posted Date: April 27, 2018



SF30-16b1.pdf (568.98 Kb) Description: Answer Anchor Point Question

Amendment 9 Type: Mod/Amendment

Posted Date: May 2, 2018



SF30-16b_AM09.pdf (565.97 Kb) Description: Attachment 06 Pricing / Profit and G&A Clarification

Amendment_clarifying_submittals_AM09.docx (13.53 Kb) Description: Page 2 of the SF30-16B AM09



Contracting Office Address: 400 15th Street SW
Auburn, Washington 98001-6599
United States


Place of Performance: Edith Green / Wendell Wyatt Federal Building
1220 SW Third Ave

Portland, Oregon 97204-2825
United States


Primary Point of Contact.: Tracy L Mals, Contract Specialist

[email protected] Phone: 2539317919

Secondary Point of Contact: Mae C. Smith, Contracting Officer

[email protected] Phone: 253-931-7479 Fax: 253-931-7588