Montana Bids > Bid Detail

Montana LPOE Full Facility Services

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159490657757552
Posted Date: Nov 3, 2022
Due Date: Nov 21, 2022
Solicitation No: MontanaLPOEFullFacility
Source: https://sam.gov/opp/1de12f8c9d...
Follow
Montana LPOE Full Facility Services
Active
Contract Opportunity
Notice ID
MontanaLPOEFullFacility
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R8
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Nov 03, 2022 10:45 am MDT
  • Original Response Date: Nov 21, 2022 02:00 pm MST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S216 - HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Babb , MT
    USA
Description

General Services Administration is seeking a viable qualified Contractors that have performed or have the capability to perform Complete Facility Support Services (which includes Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and Other related Services) in Montana U.S Land Ports of Entry (LPOE) and Havre Border Patrol Sector Headquarters (BPSHA). This procurement is pursuant to NAICS CODE 561210 Complete Facilities Maintenance & Management (Maintenance & Repairs).





Locations to include but not limited to:



-Raymond LPOE, Raymond, MT



- Roosville LPOE, Roosville via Eureka, MT



- Piegan LPOE, Piegan via Babb, MT



- Chief Mountain LPOE, Chief Mountain via Babb, MT



- Havre BPSHQ, Havre, MT



- Sweetgrass LPOE, Sweetgrass, MT



-Turner LPOE/Climax BS, Turner MT







Description of Work:





This requirement will provide Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, testing, inspection and repair of equipment and systems to include required contract reports/reporting.





The operations and maintenance will include electrical systems and all associated equipment, including lighting/systems, high voltage power distribution equipment, a diesel emergency backup power generator, photovoltaic solar power and all associated systems; mechanical, plumbing, energy management control systems, building automation systems (BAS), advanced meters, smart building programs and associated equipment and heating, ventilation, and air conditioning systems and all associated equipment; fire protection and life safety systems and all associated equipment in accordance with NFPA 72; architectural and structural systems, fixtures, and all associated equipment; service call management within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions; maintenance of office building dock overhead roll-up door and parking facility high speed vehicle rollup doors to include ADA door openers within this facility; domestic water equipment, and systems; water fountains, water bottle refill stations, an ice/water dispenser and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the Contracting Officer’s Representative; roofs, anchors, davits and associated roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair.





The buildings are made up of misc.-type building (to include: Inspection bldgs, garages, firing ranges, water treatment centers, pumphouses, generator bldgs, etc.) secured/unsecured building space, restrooms, stairwells, public elevators, elevator lobby, conference rooms, kitchenettes, administrative, fitness center, loading dock and a traditional ground level building loading dock.





There is a need for a highly qualified contractor to provide a wide variety of maintenance and services for the associated buildings and willing to partner with the Government. The tenants occupying the buildings require continuous building operation to support their agency operations/mission. It is imperative that the selected contractor has experience successfully maintaining and operating multiple-tenant, multi-story buildings, multiple facilities (that contain multiple blds within each facility), high-security areas and individually conditioned IT server rooms.





Several Specialist services will be required with this procurement to include:




  • Maintenance of Historic Border station and quarters (Apartment) Building

  • Custodial Services and Maintenance of Armory /Indoor Firing Ranges

  • Pump Houses/Water Treatment facilities performed by a certified technician





The resultant contract will be a firm fixed-price contract for a one-year base, with Six one-year options. The contractor will have a transition period tentatively starting March 1, 2023 to April 30, 2023, at no cost to the Government, with actual performance period tentatively commencing on or about May 1, 2023.





Information Requested:





Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information.






  1. Company Information: Name, address, business size.

  2. Company status: *Company size and applicable socioeconomic status

  3. Affiliate information: parent company, joint venture partners, and potential teaming partners.

  4. Schedule Contract (if Applicable): Schedule contract number, SINs, and the final expiration date of the FSS Contract

  5. Relevant Experience: Provide summaries for one to three similar projects (as described above) that demonstrate the small business firm's relevant experience in Facility maintenance to include Operation and Maintenance, Custodial, Pest Control, Exterior Grounds Maintenance, Snow Removal and Management, Housing facilities and Indoor Firing ranges and multiple facilities (that contain multiple blds within each facility). Identify if you have any pre established relationships with Subcontractors in any of the identified locations.





Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-5) as stated above.





All responses are due As soon as possible but no later than Monday November 21, 2022 at 2:00 PM MST and shall be submitted to:





Tiffany Campbell



Recurring Contracts Contracting Officer



R8rspteam@gsa.gov




Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION W 6TH AVE&KIPLING STREET
  • LAKEWOOD , CO 80225
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 03, 2022 10:45 am MDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >