The RFP Database
New business relationships start here

Nationwide Property Management


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation Number: 1630DC-20-N-00009
Notice Type: Sources Sought
Synopsis:
This sources sought notice is for planning purposes only and does not commit the Government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time. We encourage firms that qualify under the Small Business Programs mentioned in Federal Acquisition Regulation Subpart 19, including HUBZone or Service Disabled-Veteran Owned Small Businesses to respond to this notice. When submitting your response, please indicate under which Small Business program(s), if any, you qualify. All interested businesses, regardless of size are encouraged to respond to this notice.
The U.S. Department of Labor, Office of Job Corps is seeking qualified contractors that can provide property management services for vacant large properties potentially located anywhere in the United States or Puerto Rico.
Job Corps is a federally-funded comprehensive program that provides essential academic and career skills training and prepares its students for success in every aspect of their lives. For eligible young people at least 16 years of age that qualify as low income, Job Corps provides the all-around skills needed to succeed in a career and in life. With 125 centers in 48 states, the District of Columbia and Puerto Rico, Job Corps is primarily residential with a small non-residential component. The program was established in 1964 and is presently authorized under Title I-C of the Workforce Innovation and Opportunity Act (WIOA) of 2014. The program is administered by the U.S. Department of Labor, Employment and Training Administration, Office of Job Corps. In addition to a national office, there are six Job Corps regional offices located nationwide.
As a result of damage found in the wake of disasters and other events some Job Corps Center operations are suspended at different locations. While a given center remains unoccupied, the Department of Labor requires property management services for the facility. Such services may be required to start very suddenly if unplanned. Maintenance services period of performance may vary widely for each site. The scope of work may require all or some of the following items:
MAINTENANCE ACTIVITIES
1. Custodial - Provide minimal custodial services to keep facilities clean and sanitary and prevent intrusion by animals and insects.
2. Grounds Maintenance - Provide minimal grounds maintenance services to keep grass, bushes, trees, and other landscaping vegetation alive and maintained. Maintain or mothball irrigation systems. Keep pavements clear of debris. Clean stormwater catch basins to prevent blockage.
3. Snow Removal - Perform snow and ice removal services as required for safe vehicle and pedestrian access to the facilities.
4. Pest Management - Provide pest management services via qualified vendor to minimize risk of rodent and insect infestation and damage to facilities and grounds.
5. Waste Management and Recycling - Provide waste management and recycling services as required for facilities that are in limited use to minimize risk of rodent and insect infestation and to keep sanitary conditions.
6. Security Support - Provide minimal staffing to safeguard the campus and its facilities.
7. Fire Alarm and Smoke Detection Systems - Provide weekly fire alarm system inspections for alarms and troubles; provide annual testing and inspection by qualified vendor; conduct repairs through qualified vendor as needed.
8. Fire Suppression Systems - Provide weekly fire suppression inspections for alarms; provide annual testing and inspection by qualified vendor; conduct repairs through qualified vendor as needed.
9. Fire Hydrant Systems - If this not performed by others (i.e. lessor or local municipality), flush and test fire hydrants annually to ensure they are operating properly.
10. Water Treatment Systems - If the Center is a water authority (i.e. responsible for providing potable water), provide water treatment and testing by qualified personnel, and conform with all local jurisdiction requirements.
11. Wastewater Treatment Systems - If the Center has its own wastewater treatment plant, maintain the plan to ensure all local jurisdiction requirements are met.
12. HVAC System Maintenance - Maintain heating, ventilation, and air conditioning systems IAW manufacturer's Operations and Maintenance manuals to maintain humidity and temperature control in buildings and minimize damage due to moisture, mold and mildew growth, and hot or cold temperatures. If applicable, maintain industrial water treatment systems and conduct annual testing and certification of boilers in accordance with federal, state, and local requirements by a qualified vendor.
13. Electrical Systems - Inspect transformers and electrical panels quarterly for damage, breaker failures, and loose connections.
14. Plumbing Systems - Shut off water supply to plumbing systems not associated with HVAC equipment. Perform preventive and corrective maintenance on plumbing systems associated with HVAC equipment.
15. Exterior Lighting System - Inspect and relamp/repair as needed to maintain exterior lighting on campus for security. Ensure lighting is on during hours of darkness and off during daylight hours.
16. Building Envelope Systems - Perform roof maintenance as required to protect building from damage associated with roof leaks. This includes debris removal, cleaning of gutters and downspouts, and minor repairs as required to prevent roof leaks. Inspect and repair as required doors and windows to include broken panes of glass and failed weatherstripping to protect building from water and rodent/insect damage.
MAINTENANCE ACTIVITIES TO BE DEFERRED
A. Fire Extinguishers / Emergency Lighting - Defer monthly inspections until facilities are reactivated. Replace batteries and extinguishers as required if facilities are to be reactivated.
B. Kitchen Hood Fire Suppression Systems - Defer maintenance and certification requirements until facilities are reactivated.
C. Elevators - Defer maintenance and certification requirements until facilities are reactivated.
D. Interior Lighting Systems - Defer relamping until facilities are reactivated.
E. Plumbing Systems - Defer maintenance of plumbing systems not associated with HVAC equipment until facilities are reactivated.
All respondents must provide identifying information and describe their experience in property maintenance and their capability to maintain real property that includes grounds maintenance, maintenance of unoccupied buildings, 24 hour site security, and utilities and conforms to the 16 items listed above. One electronic copy of the capability statement shall be emailed to the e-mail address for the contract specialist in this announcement who serves as the primary point of contact - using the subject line Nationwide Property Management. All submissions must be received NO LATER THAN October 21, 2019 at noon Eastern Time. Responses should include the following identifying information:
i. Source Sought Notice Number
ii. Company Name, Address, and DUNS Number
iii. Socio-economic category/Size under NAICS code 531312
iv. Contact Person with phone number and email address
The capabilities statement package must include the following information:
1. A description of the property management activities from the list above that the company has performed in the recent past and which of those activities included vacant real property.
2. The greatest number of properties the company has had under management at one time.
3. Whether the company has the necessary authorization to operate in all states and a description of the types of authorization it has needed in past activities.
4. If the company has not operated nationwide in the past include a description of the geographical coverage area to which it provided services in the past.
A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. Please be advised that telephone inquiries will not be accepted. PLEASE NOTE THAT THIS NOT A REQUEST FOR PROPOSAL.
All contractors doing business with the Federal Government must be registered in the Central Contractor Registration database at https://www.sam.gov.

Contracting Office Address:
200 Constitution Avenue, NW
Room N-4649
Washington, District of Columbia 20210
United States


Vera R. Montague, Contract Specaialist, Phone 2026933318, Fax 2026933846, Email montague.vera@dol.gov - Tova Stein, Contracting Officer, Phone 202-693-3970, Fax 202-693-3846, Email stein.tova.c@dol.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP