Federal Bid

Last Updated on 10 Jul 2019 at 1 AM
Solicitation
Fort belvoir Virginia

Mechnical Maintenance Service

Solicitation ID SP4705-14-R-0016
Posted Date 29 Apr 2014 at 8 PM
Archive Date 09 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Contracting Services Office
Agency Department Of Defense
Location Fort belvoir Virginia United states

****DESCRIPTION CORRECTED TO READ AS FOLLOWS **********

The Defense Contracting Services Office has a requirement for Mechanical Maintenance Services and intends to issue a formal Request for Proposals (RFP) in May 2014 via Federal Business Opportunity (FedBizOps). Documents will be posted to ww.fbo.gov  May 2014.  The government's objective is to acquire a single source full service Mechanical firm. The offeror must be capable of executing in house operation, service, maintenance, preventive maintenance, design and build of HVACR, plumbing and fire suppression and requirements such as the size and magnitude of the mechanical equipment in the HQC and as stated throughout this contract. Must prove capable of in house resources for prompt, efficient service and install. The firm must prove to have in-house multi-discipline, multi-division, mechanical branches ready for execution (EX: Design Engineers, HVAC, Plumbing, Electrical, Controls, Etc.). A scheduled site visit date will also be released at that time. The purpose of the requirement is to obtain operation, maintenance, service, 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 and be capable of performing in accordance with standards outlined in the Performance Work Statement. Services include, but are not limited to, operation, maintenance, service, repair, and minor construction/alteration services for buildings, structures and related systems and equipment. 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 Firm Fixed Price CLINs for routine maintenance services.  The base period will be July 1, 2014 through June 30, 2015) with a four (4) one-year option periods and a six month option to extend services through 30 December 2019.

 

Recurring maintenance, repair, replacement and minor work services will be awarded as firm fixed price line items, some as monthly services and others as one-time annual 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 priced and provided by the contractor as Indefinite Delivery/Indefinite Quantity work, which will become part of this contract by placement of task orders for services and incidental materials. 

 

This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items; The basis of award will be done under FAR 15.  This acquisition will be 100% small business set-aside. The NAICS code is 561210 - Facilities Support Services and the size standard is $35.5 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 Facility Security Clearance.   Contractors must be registered in 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 ADDRESS: [email protected] or [email protected].  

Bid Protests Not Available

Similar Past Bids

Fort belvoir Virginia 30 Apr 2015 at 8 PM
Location Unknown 10 Jan 2017 at 9 AM
Gresham Oregon 08 Dec 2020 at 2 PM
Location Unknown 10 Sep 2004 at 5 AM
Independence West virginia 14 Mar 2013 at 7 PM

Similar Opportunities

Fort belvoir Virginia 01 Aug 2025 at 2 PM
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)
Fort belvoir Virginia 30 Sep 2025 at 4 AM (estimated)