The RFP Database
New business relationships start here

HQ Building and HVAC Maintenance


Washington, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT FOR HQ BUILDING MAINTENANCE FOR
WALLA WALLA USACE HEADQUARTERS, WALLA WALLA WA


Notice type: Sources Sought
Posting date: February 13, 2019
Response date: February 28, 2019
NAICS code: 561210
FSC: Z1AA
Sources Sought Number W912EF19RSS22


This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.


INTRODUCTION

The U.S. Army Corps of Engineers, Walla Walla District is seeking small business sources for a service requirement entitled: "HQ Building Maintenance". This will be an Indefinite Delivery-Indefinite Quantity (IDIQ) service contract, with one base year and four option years.


The purpose of this sources sought is to determine interest and capability of potential qualified small businesses relative to the North American Industry Classification code (NAICS) 561210. The Small Business Size Standard for this NAICS code is $38.5 million. To make an appropriate acquisition decision for this project, the Government may use responses to this sources sought synopsis. The type of solicitation issued and the manner of advertisement will depend on the responses to this sources sought synopsis.


The purpose of this multi-year contract is to provide Building Maintenance Services required to sustain and restore real property assets, to include plant, property, and equipment for the US Army Corps of Engineers, Walla Walla District located at 201 N 3rd Avenue in Walla Walla, WA. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.


BUILDING DATA

• Type IIB - Fully Sprinklered Building Constructed 1993
• Three-Story Steel Structure With Concrete Floors
• Brick And Pre-Cast Concrete Façade With Aluminum Strip Window Glazing
• Floor Area:
      - First Floor 37,073sf
      - Second Floor 31,408sf
      - Third Floor 25,696sf
      - Total Area 94,177sf

SCOPE OF WORK

The Contractor shall provide all management, supervision, labor, supplies, materials (except as otherwise specified), equipment, and tools required to effectively, efficiently, and satisfactorily perform the operation, maintenance, and repair of equipment and systems located within the property line of the USACE NWW Headquarters Building. The Contractor is responsible for performing scheduled and unscheduled maintenance and repairs, as necessary, on a 24 hour-per-day, 365 days-per-year basis, including emergency call-back service. Emergency call-back services are the Contractor's responsibility and are not part of the reimbursable additional services.


Building Architectural, Structural, Mechanical and Electrical Equipment & Systems
The Interior and Exterior building equipment and systems to be operated, maintained, and repaired by contractor encompass all areas of the facility from roof top equipment, to the property line, including but not limited to:


Site Maintenance
The Contractor shall provide all labor, equipment and materials necessary to perform maintenance on site features including, but not limited to, catch basins, walkways, paved areas, pavement and pavement markings, exterior lighting, irrigation system, signage, and U.S. Flag pole, lighting and pulley system. Site maintenance does not include site landscaping services.


Architectural/Structural Maintenance
The Contractor shall, maintain, repair, replace, modify, and restore all of the architectural and structural components of the building. The level of maintenance shall assure that the property is free of missing components or defects which affect the safety, appearance or intended use of the facility or would prevent any electrical, mechanical, plumbing, or structural system from functioning in accordance with the design intent. Repair work shall be carried to completion, including touch-up painting and/or operational checks. The quality of the work and the repaired areas shall be fully compatible with adjacent surfaces or equipment in accordance with provision of original building specifications, O&M manuals, and to current code life, safety and environmental standards. Scope of services to include but not limited to; All architectural and structural systems, finishes, fixtures, and equipment from building rooftop to property line, exterior building envelope roof, wall, window, and door systems to assure weather tightness, Integrity and security, roll-up loading dock doors, kitchenette and all other built-in casework, and Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems.


Domestic Water Supply, Waste Water, Plumbing, & Associated Fixtures Maintenance
The Contractor shall provide all labor, equipment, and materials necessary to Conduct Inspections and maintenance on the building water supply and wastewater plumbing systems and all plumbing fixtures. The Contractor shall provide inspection, repair, and maintenance for building plumbing features as described in original building specifications and drawings and as specified by manufacturer requirements listed in the building O&M manual. The Contractor shall ensure all system drains, including storm drainage and roof drains, remain clear and unobstructed. The Contractor shall take any necessary steps to prevent odors emitting from drains or other plumbing systems into occupied space, to include keeping water in traps appropriately maintained. Plumbing systems shall be maintained, repaired, and kept functional to the point of service delivery as defined by the utility company. Additionally, the Contractor shall make emergency repairs to building plumbing features that arise from events such as pipe bursts, drain blockage, washer failure, pipe joint leakage, physical impacts, vandalism, plumbing fixture failure, and etc. in accordance with provision of original building specifications, O&M manuals, and to current code life, safety and environmental standards. Scope of work to also cover underground water supply and sewer systems (within building to exterior meter location and sewer connection at property line).


Fire Protection & Life Safety Equipment & Systems
The Contractor shall provide all labor, equipment, and materials necessary to conduct inspections and maintenance on the building fire suppression systems, alarm system, fire door seals hardware and hold opens, smoke and fire dampers, emergency lighting and power backup systems, and perform fire extinguisher inspections monthly at the Headquarters Building. The Contractor shall be required to use the NFPA Codes and Standards and as specified in original building specifications and drawings to perform inspections, testing, and preventive maintenance of fire protection and life safety systems and equipment.


Electrical Maintenance
The Contractor shall provide all labor, equipment, and materials necessary to conduct inspections and maintenance of the building electrical systems features as described in original building specifications and drawings and as specified by manufacturer requirements listed in the building O&M manual. Scope of services to include but not limited to; indoor and outdoor lighting and power supply systems, emergency lighting systems and exit signage, lamps and ballasts, lighting panel boards, lighting control panels, main switchboards, light switches, wall & floor power receptacles, and motor control centers, emergency diesel generator and all connected electrical and fuel systems, fire alarm system, batteries, raised floor electrical and data modules, ups system, public address system and all underground utility systems (within building and to exterior meter location)


HVAC System
The Contractor shall provide all labor, equipment, and materials necessary to conduct inspections and maintenance of the building HVAC systems features as described in original building specifications and drawings and as specified by manufacturer requirements listed in the building O&M manual. Scope of services to include but not limited to; hydronic piping & valves, chilled & hot water, circulating pumps/circulating pumps, electric boiler, heat exchanger, water to air heat pumps and remote condensing units, dedicated outside air units & exhaust fans, thermostats (Alerton HP controller TUX-SA & room temperature Microset) & Alerton IBEX controller (ecp-2 & ECP-electric unit heaters 3), cooling tower and basin sweep filtration system, HVAC system water treatment, HVAC system CFC/HCFC refrigerant program, Air conditioning and heating equipment and systems including air handling and distribution equipment and systems, pumps for the closed-loop water distribution system, the boiler, and HVAC systems controls and monitoring equipment.


Ups Repair, Battery Replacement, & Maintenance Service
The Contractor shall provide all labor, equipment, and materials necessary to conduct inspections and maintenance of the Server Room Un-interruptible Power Supply (UPS) and as required, replacement of the associated batteries serving the UPS at the Walla Walla District Headquarters Building. Testing and validation of a working system shall include verification that the unit meets the manufacturer's performance specifications. All work must be performed by a vendor certified by the manufacturer to service and repair the equipment. Disposal of replaced existing batteries must conform to local laws and regulations regarding handling of hazardous materials. Batteries shall be recycled by the contractor. The contractor shall dispose of used batteries at a recycling center and proof shall be provided in copies of submitted receipts. All materials removed shall become the property of the contractor.


The Contractor Shall:
a. Be responsible to make the management and operational decisions to meet the quality standards required under contract.
b. Use innovation, technology and other means and methods to develop and perform the most efficient services for the building.
c. Implement an effective Quality Control Plan (QCP).
d. Implement an effective service call system that results in prompt, professional, and courteous resolution of tenant concerns.
e. Use FEM to manage, schedule, track and record all of the Walla Walla Headquarters building maintenance requirements and costs related to maintenance and the contract. Data shall be updated on a real-time basis. FEM is a web-based maintenance management system utilized by USACE. The Contractor shall follow current Asset Management Logistics FEM Workflow Process regarding FEM. Training will be provide by the Government on site
f. Keep the Contracting Officer Representative (COR) informed of current status of the work being performed, provide work schedules, provide a major equipment and critical system break down or impairment form, and provide other pertinent information needed by the COR.
g. Reduce the environmental impacts of work performed under this contract by using, to the maximum extent, environmentally sound practices, processes, and products.
h. Provide training to their employees that will stress stewardship in maintenance practices i.e., the proper use, disposal, recycling of chemicals, dispensing equipment and packaging. Provide documentation that their employees are completing training in the core competences and participating in continual educational training according to the Federal Building Personnel Training Act. Ensure that their employees are properly licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by federal, state or local law, codes or ordinances (H.15. Personnel Qualifications).
i. Federal Requirements: The Contractor shall comply with all applicable Federal, State and local laws, regulations and codes, including any supplements or revisions. The Contractor shall obtain all applicable licenses training, and permits

The Contractor IS NOT responsible for operation, maintenance, or repair of any of the equipment named below (unless otherwise noted):


a. All Elevators (however the contractor shall be responsible for reporting elevator problems and service calls to the Contracting Officer's Representative (COR)).
b. Tenant Owned Equipment - including but not limited to:
   1) Computers and peripherals
   2) Demountable Wall Partitions
   3) Data Racks
   4) Powered Storage Equipment
   5) Laboratory Equipment
   6) USACE Personnel Owned Equipment
   7) Office Furniture
   8) Kitchen Appliances (Exceptions: ductwork above the ceiling, grease traps withassociated piping, and any fire suppression or fire alarm equipment are included in the scope.).
   9) Office Equipment
  10) Audio / Visual Equipment
  11) Copy / Printing Equipment
  12) Vending Machines
  c. Note: Any observed safety or functional issues with any above listed items requiring power, ventilation, water supply and or drainage, shall be recorded and brought to COR attention within (24) hours. Also contractor may be assigned work orders/requests to asses if buildings power, ventilation, water supply and or drainage, is source of equipment issue.


SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS

(1) Your intent to submit a quote for this project when it is formally advertised


(2) Name of firm with address, phone and point of contact.


(3) CAGE Code, DUNS number or a copy of your System for Award Management (SAM) information


(4) Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work.


Firms responding to this sources sought synopsis, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis.


NOTE: IF YOU DO NOT INTEND TO SUBMIT A QUOTE FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS.


If inadequate responses are received, this solicitation may be issued for full and open competition.


Where to send responses
Email: leanne.r.walling@usace.army.mil

U.S. Army Corps of Engineers
ATTN: LeAnne Walling
201 North 3rd Avenue
Walla Walla, WA 99362

Phone: (509) 527-7230
Fax: (509) 527-7802
 


 


 


 


LeAnne R. Walling, Contract Specialist, Phone 5095277230, Email leanne.r.walling@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP