The RFP Database
New business relationships start here

MECHANICAL BUILDING MAINTENANCE SERVICES


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

Synopsis Number: SP4705-19-R-0125. THIS IS A PRE-SOLICITATION SYNOPSIS FOR A REQUEST FOR PROPOSAL FOR MECHANICAL BUILDING MAINTENANCE SERVICES.


The DLA Contracting Services Office Fort Belvoir has a requirement for Mechanical Maintenance Services and intends to issue a formal Request for Proposal (RFP) via Federal Business Opportunity (FedBizOps). Documents will be posted to www.fbo.gov prior to June 30, 2019. The contract will have a base period of twelve months and four (4) 12-month option periods to be exercised at the Government's discretion.


The purpose of the requirement is to obtain operation, maintenance, service, preventative maintenance, plumbing, fire suppression, design and build of Heating, Ventilation, Air Conditioning and Refrigeration (HVACR), repair, and minor construction/alteration services for buildings, structures and related systems and equipment at the Andrew T. McNamara (ATM) Headquarters Complex (HQC), Building 2462, located at 8725 John J. Kingman Road, Fort Belvoir, VA 22060 and the Child Development Center (CDC), Building 2468, located at 8715 Wills Road, Ft. Belvoir. The responsible contractor shall hold a current Facility Security Clearance, applicable licenses, and be capable of performing in accordance with the standards outlined in the Performance Work Statement. The Government's desire is to acquire a full service Mechanical firm.


The contractor shall furnish all labor, supervision, tools, materials, equipment, incidental engineering, transportation, and management necessary to perform work in accordance with general craft and industry standards, applicable laws, regulations, codes and Federal specifications. The solicitation will result in an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a Firm Fixed Price CLIN for routine maintenance services. Throughout the term of this contract there may be additional non-recurring requirements for minor facility alterations and/or Americans with Disabilities Act (ADA) upgrades not currently known but subsequently deemed necessary. This type of work will be separately scoped and priced through the use of task orders.


This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items; The basis of award will be done under FAR Part 15, FAR Part 19, and FAR Part 36 with competition limited to small business concerns. The solicitation will be issued as a 100% Small Business Set-Aside. The NAICS code is 238220 - Plumbing, Heating, and Air-Conditioning Contractors and the size standard is $15 million in average annual gross receipts. The successful contractor shall hold a current Facility Security Clearance and be capable of providing in-house Mechanical Maintenance Services.


The successful offeror will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. The entire solicitation will be made available only on the Federal Business Opportunities website (www.fedbizopps.gov). No paper copies will be issued. Potential offerors are responsible for monitoring this site for the release of this solicitation package. To be eligible for contract award offerors must hold a Government Facility Security Clearance and all applicable licenses. Contractors must be registered in the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov.


ALL QUESTIONS REGARDING THIS SYNOPSIS/PRE-SOLICITATION NOTICE SHOULD BE SUBMITTED IN WRITING TO THE FOLLOWING E-MAIL ADDRESSES: Beverly.j.williams@dla.mil and Ronald.fairley@dla.mil.


 


 


 


Ronald E. Fairley, Contract Specialist, Phone 7037671175, Email ronald.fairley@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP