The RFP Database
New business relationships start here

Columbus Ohio O&M



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

This procurement is a 100% Small Business Set-Aside. The North American Industrial Classification Code (NAICS) is 238220 with a size standard of $15 million.

The U.S. General Services Administration has the need for continuation of Mechanical Operations & Maintenance Services at the Joseph P. Kinneary USCH, 85 Marconi Blvd, Columbus OH 43215, John W. Bricker FB, 200 North High Street, Columbus, OH 43215, and John W. Bricker Garage, 200 North High Street, Columbus, OH 43215. The current contract expires on May 31, 2018.

The performance period for mechanical operations & maintenance services is schedule to commence on June 1, 2018 for a one-year base period, ending May 31, 2019. There are four (4) one-year option periods that may be exercised. The option periods will cover performance from June 1, 2019 through May 31, 2020; June 1, 2020 through May 31, 2021; June 1, 2021 through May 31, 2022; and June 1, 2022 through May 31, 2023 respectively.


The contractor will be tasked with providing performance-based mechanical operations and maintenance services to ensure the safety of the building mechanical operations and maintain the building assets. The contractor will provide all management, supervision, labor, materials, repair parts, tools, and equipment (including inspection and maintenance of all fire protection systems) and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified. All mechanical, electrical, utility, fire protection systems, equipment and all interior and exterior architectural and structural systems shall be operated and/or maintained at the highest level of efficiency compatible with the current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The contractor shall be responsible for performing all work under this contract in accordance with Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices, including but not limited to: Occupational and Safety Health Act (OSHA).


GSA is dedicated to ensuring its facilities are operated with a high degree of efficiency, minimizing energy use and may be actively pursuing or participating in programs such as ENERGY STAR rating, LEED-EB or comparable programs. The contractor will play an integral role in supporting this effort and should be aware of the requirements of these programs. The Contractor is not required to bring the building into conformance with LEED-EB, but within the scope of this contract, shall operate and maintain the building in such a manner as to maintain applicable LEED-EBOM standards.


This procurement is a 100% Small Business Set-Aside. This is negotiated, firm fixed price procurement; there will NOT be a public bid opening. Proposals will be opened privately. The solicitation will be available on or about November 24, 2017; the actual date for receipt of proposals will be stated in the solicitation. Woman owned, Veteran owned, Service Disabled Veteran owned, HUBZone and Small Disadvantaged businesses are encouraged to submit an offer. The North American Industry Classification System (NAICS) code is 238220 with a size standard of $15 million. This is a negotiated procurement. Best Value method will be used to determine awardee. Evaluation factors will consist of Past Performance and Total Evaluated Price.


The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps (FBO). FBO is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. FBO is fully integrated with other electronic Government initiatives, including the System for Award Management (SAM) (www.sam.gov) database, and is available for use by all Federal agencies. Registration in both SAM and FBO websites is required in order to download solicitation documents and is used to validate vendor identity. Contractors not registered in these systems will be ineligible to download the solicitation and ineligible for an award.


Any questions regarding this notification should be directed to the Contract Specialist whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendment(s), if any to the solicitation. Offer due date for receipt of proposals will be on or about December 27, 2017. All offers are to be submitted via email to General Services Administration, Rebecca Vaccari, Contract Specialist at email address: Rebecca.vaccari@gsa.gov.


Rebecca A. Vaccari, Phone 5132464411, Email rebecca.vaccari@gsa.gov - Brittany L. Morrow, Contracting Officer, Phone 317-510-6907, Fax 317-510-8076, Email brittany.morrow@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP