Colorado Bids > Bid Detail

Denver Federal Center, Team West Facility Engineering

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159031262503530
Posted Date: Mar 9, 2023
Due Date: Mar 27, 2023
Solicitation No: DFCTeamWestFacility
Source: https://sam.gov/opp/2c73f0165e...
Follow
Denver Federal Center, Team West Facility Engineering
Active
Contract Opportunity
Notice ID
DFCTeamWestFacility
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-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 09, 2023 11:01 am MST
  • Original Response Date: Mar 27, 2023 02:00 pm MDT
  • 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: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Lakewood , CO 80225
    USA
Description

SYNOPSIS:





General Services Administration is seeking a viable qualified Contractors that have performed or have the capability to perform Complete Facility Support Services (which includes Facility Engineering, Operation and Maintenance, Custodial, Pest Control, ancillary Snow Removal and Other related Services) for Denver Federal Center Campus (Team West), Lakewood, Colorado. This procurement is pursuant to NAICS CODE 561210 Complete Facilities Maintenance & Management (Maintenance & Repairs).



Locations to include but not limited to:



Team West Buildings, Buildings:



Building 67



Floors: 16 Size: 372,208 GSF



Building 810



Floors: 1 Size: 685,063 GSF



Building 56



Floors: 2 Size: 354,159 GSF



Building 75



FLoors: 1 Size: 6,840 GSF





Building 85



Floors: 1 Size: 85,515 GSF



Building 85A



Floors: 1 Size: 15,414 GSF





Description of Work:



This requirement will provide Operation and Maintenance, Custodial, Pest Control, ancillary 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; 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 both facilities; 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 or upgrade of the federal buildings located in Lakewood, Colorado.



The buildings are made up of 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 , high-security areas, lab facilities, Data Centers and individually conditioned IT server rooms.



The resultant contract will be a firm fixed-price contract for To be determined but at a minimum a one-year base, with four one-year options. The contractor will have a transition period tentatively starting December 1, 2023 to January 30, 2024, at no cost to the Government, with actual performance period tentatively commencing on or about February 1, 2024.



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.



Any responses to this SPECIAL NOTICE as it relates to any sources sought should reference ‘Team West Full Facility’ and shall include the following information:




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

  2. Unique Employee Identification (UEI)

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

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

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

  6. Subcontracting: In accordance with FAR 52.219-14, Limitations on Subcontracting, contractors must perform at least 50 percent of the cost of the contract. Identify requirements your company will perform with in-house employees vs Subcontracted.

    1. Provide areas of expertise and certifications your company holds that will provide a value to this requirement.



  7. 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 Facility Engineering, Operation and Maintenance, Custodial, Pest Control, ancillary Snow Removal. Identify if you have any pre established relationships with Subcontractors in any of the identified locations.

  8. Any other pertinent information that would make the responding company qualified for this effort.



Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-6) as stated above.



All responses are due As soon as possible but no later than Monday March 27, 2023 at 2:00 PM MST and shall be submitted to:



Tiffany Campbell



Recurring Contracts Contracting Officer



R8rspteam@gsa.gov



The sources sought notice are for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.




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
  • Mar 09, 2023 11:01 am MSTSources 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 >