Colorado Bids > Bid Detail

Downtown Denver and Boulder Operations & Maintenance and Facilities Engineering

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • M - Operation of Government Owned Facilities
Opps ID: NBD00159610066263150
Posted Date: Feb 21, 2023
Due Date: Mar 3, 2023
Solicitation No: GSA_PBS_R8_2023_0019
Source: https://sam.gov/opp/24a44b6845...
Follow
Downtown Denver and Boulder Operations & Maintenance and Facilities Engineering
Active
Contract Opportunity
Notice ID
GSA_PBS_R8_2023_0019
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Feb 21, 2023 06:35 am MST
  • Original Published Date: Feb 08, 2023 02:42 pm MST
  • Updated Response Date: Mar 03, 2023 11:59 pm MST
  • Original Response Date: Feb 23, 2023 11:59 pm MST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Denver , CO 80294-1961
    USA
Description View Changes

This is a sources sought synopsis for the General Services Administration, Public Buildings Service, Region 8. This is not a solicitation announcement, and there is no request for proposal or related documents. This synopsis is a means of market research to, in part, identify small businesses interested in this opportunity with the technical capabilities and resources to perform the work. Additionally, information gathered from market research may be used to assess the competitive environment, method of solicitation, interest from potential sources, type of contract, content of the solicitation, method of evaluation, and type of set-aside used in the procurement (if any). Furthermore, information gathered from this sources sought notice may be used for any other planning purposes.



This sources sought shall not be construed as a request for proposal nor as a commitment by the Government. This notice does not commit the Government to issue a solicitation or make an award for the described project requirements. Submission of any information in response to this notice is voluntary and the Government assumes no responsibility, financial or otherwise, for any costs incurred or information relied upon in this sources sought notice. Any information described in this sources sought notice is subject to change at the sole discretion of the Government.



Place of Performance:



Alfred A. Arraj Courthouse, 901 19th Street, Denver, CO 80204



Byron G. Rogers Courthouse, 1929 Stout Street, Denver, CO 80294



Byron G. Rogers Federal Office Building, 1961 Stout Street Denver, CO 80294



Byron White Courthouse, 1823 Stout Street, Denver, CO 80202



U.S. Custom House, 721 19th Street, Denver, CO 80204



Cesar E. Chavez Memorial Building, 1244 Speer Boulevard, Denver, CO 80204



David Skaggs Research Center (DSRC), 325 Broadway, Boulder, CO 80305



California Street Garage, 2106 California Street, Denver, CO 80294



Welton Street Garage, 2101 Welton Street, Denver, CO 80294



22nd & Stout Street Parking Lot, Denver, CO 80205



Fox Street Garage, 1300 Fox Street, Denver, CO 80202



General Description of the Anticipated Scope: The General Services Administration (GSA), Public Buildings Service (PBS), Rocky Mountain Region (Region 8) requires a qualified contractor to provide a wide variety of operations and maintenance (O&M) services and facilities engineering at seven facilities in Downtown Denver and Boulder, Colorado. The approximate total square footage of the buildings covered by the requirement is 2.39 million square feet. Generally, the work includes O&M services and facilities engineering for the following: mechanical systems, HVAC systems, chiller systems, boiler systems, cooling towers, water treatment, electrical systems, lighting, switchgears, photovoltaic systems and electrical vehicle support systems, plumbing, architectural systems, controls, building automation systems, fire protection and life safety systems, and structural systems. Vertical transportation systems are excluded from the project, but the contractor is responsible for maintenance of elevator associated equipment and systems (such as fire protection equipment and systems, ventilation and exhaust systems within hoist ways, elevator lobbies, and elevator machine rooms). It is imperative that the selected contractor has experience successfully maintaining and operating facilities with the following characteristics: multi-story buildings, occupied buildings, facilities that contain multiple buildings across different locations, high-security areas, and individually conditioned IT server rooms.



Additionally, the properties include two parking garages (appx. 32,000 square feet), a parking garage at the Chavez Federal Building, and one parking lot at 22nd & Stout Street. Restriping of parking areas, driveways, road, and vehicle inspection areas is required where striping is damaged or worn in a specific location. Repairs or replacement to pavement is required where a specific location is damaged but not where an extensive area (defined as approximately 20% of the type of replacement) is degraded. The work includes repair and maintenance of perimeter access control systems such as sliding gates, garage doors, gate arms and operators, interconnecting cabling between system components, bollards, and wedge plates.



The work requires the contractor to complete all scheduled and unscheduled maintenance and repair work of building equipment and systems. The work includes services for all building systems and equipment, unless otherwise specified, to maintain a safe and healthy environment operating within normal parameters. The contractor must perform predictive and preventative maintenance to meet the standards outlined in the requirements. Generally, the standards are a combination of equipment manufacturers’ recommendations, PBS O&M standards, sensor technology, diagnostic software, the contractor’s experience and plans, and other sources. Efficiency of operation must be maintained by the contractor to preserve the asset value of the facilities, systems, and equipment and balance considerations for optimization of building performance and costs. Additional work for unknown quantities and unscheduled activities may include correction of equipment problems, adjustments to systems and equipment controls and parameters, unscheduled maintenance, minor building systems and equipment repairs, systems testing outside regularly scheduled services, and systems and equipment diagnostics.



The contractor shall provide facilities engineering services to achieve data-driven decisions and recommendations in the operations, maintenance, and management of facilities. The contractor shall provide technical and managerial expertise to assist in the holistic management of assets over the long term. The Contractor shall provide resources, support, issue identification, prioritization, decision-analysis, problem-solving, and recommendations to achieve the goals and objectives described in the performance work statement.



Work includes service requests to keep the facility and equipment operational, properly maintained, safe, and in good working condition. The contractor shall be responsible for the management of work orders and respond to service requests to take corrective action. The nature of some service requests may be identified as an emergency and require the contractor to respond outside of normal working hours. The Government requires the contractor to have capacity to respond to emergency requests to correct equipment, infrastructure, or system failures that constitute an immediate danger to life or property.



Anticipated Dates for Procurement and Project:



Anticipated Release of Solicitation: April 2023



Anticipated Award Date: February 1, 2024 with a 60 day transition period



Anticipated Effective Start Date: April 1, 2024



Anticipated Period of Performance: one-year base period with four, one-year options



The above dates are for informational and planning purposes only and may be subject to change.



Contract Type: The anticipated type of contract is a firm-fixed price contract (or agreement). The Government intends to award either a single-award blanket purchase agreement (BPA) against the GSA’s Multiple Award Schedule (MAS) program or a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract. The project method of delivery is through performance-based services for operations and maintenance services and facilities engineering.



NAICS: The NAICS code for this procurement is 561210, Facilities Support Services, with a size standard of $47.0 million.



Subcontracting: In accordance with FAR 52.219-14, Limitations on Subcontracting, contractors must perform at least 50 percent of the cost of the contract.



Set-Aside: The Government intends to use information from this sources sought and other market research to guide decisions about any type of set-aside. At this time, no decision has been made to set-aside this requirement.



Teaming Arrangements. If this requirement is solicited as a Part 8 procurement through GSA’s MAS program, then the Government does not intend to consider GSA Schedule Contract Team Arrangements for award (note: this is a different teaming arrangement than outlined in FAR subpart 9.6).



Special MAS Considerations: Businesses interested in this opportunity are strongly encouraged to review their respective schedule contract for the items listed below. Provided this opportunity is solicited through GSA’s MAS program, the following may be taken into consideration as part of the request for quote--




  1. Primary MAS Special Item Number. The primary special item number (SIN) for this requirement is 561210FAC Facilities Maintenance and Management.

  2. Required MAS Special Item Numbers. Interested schedule holders may be required to have the following SINs under the Miscellaneous category, Complementary Special Item Numbers (SINs) subcategory: ANCILLARY, ANCRA, and OLM.

  3. Schedule Contract Duration. Schedule holders must have a schedule contract duration that covers the entire potential period of performance for the BPA.



Method of Evaluation: The Government plans to evaluate proposals (or quotes) through a best value selection and tradeoff process. Factors that may be evaluated include past performance, relevant experience, technical approach, and price. It is anticipated that selection will be made based on the proposal (or quote) that represents the best value to the Government. The Government reserves the right to establish a competitive range in the interest of conducting an efficient procurement. The details of the method of evaluation are subject to change based on planning decisions, and interested parties should reference the solicitation after it has been posted to Contract Opportunities through the System for Award Management (or eBuy system if solicited under GSA’s MAS program).



Requests for Information: Interested small businesses capable of performing as a prime contractor that meet the requirements stated above are encouraged to submit a capability statement (no more than three pages) that provides the following information--




  1. Company Information: name, address, and business size

  2. Socioeconomic 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 MAS Contract

  5. SAM Unique Entity Identifier (UEI) (or other unique identification such as a DUNS number)

  6. Overview of Technical Capability and Experience: Provide an overview of your business entity’s technical capabilities and experience for projects with similar size, scope, and complexity as the requirements described in this sources sought notice.



Technical Capabilities:




  • Briefly give an overview of the business and describe the business' core competencies

  • Businesses are encouraged to highlight any innovative solutions leveraged in the facilities engineering environment.

  • Identify in-house capabilities available to deliver the requirements described in this sources sought notice.

  • Provide a brief overview of your businesses’ technical knowledge (awards, certifications, and other accolades) with optimization of facility performance (including energy efficiency and water conservation).

  • Describe a few key performance indicators tracked to determine the success of programs within the framework of a facilities engineering model.



Experience: At a minimum, the submitted experience should include operations and maintenance services and facility engineering for multiple facilities (ideally with two or more distinct real properties of at least 250,000 square feet). The experience should also be for real properties for the conduct of professional services (e.g., office buildings, hospitals, educational institutions, courthouses, hotels, laboratories, and museums) not primarily related to retail sales, wholesalers, manufacturing, warehousing, industrial, restaurants, or residential functions.



Questions for Response: The Government is specifically interested in industry feedback (limit responses to two pages) to the following--




  1. Please indicate any limiting factors that may make the project opportunity or procurement less attractive to your business.

  2. Please indicate any favorable factors that may make the project opportunity or procurement more attractive to your business.

  3. In your opinion, are there benefits to establish a contract, with a one-year period of initial performance and one-year options thereafter, for a period greater than five years? In your experience, what is standard in the industry (if any)?

  4. Are there any evaluation factors that are difficult to respond to for similar types of procurements? What are some of the specific challenges in responding to the identified evaluation factor?

  5. Is a two-phased approach preferred in the procurement process? If yes, then what evaluation factors are most effective in the first phase of the procurement to decide whether to proceed to the next phase?



Instructions for Response: Interested small businesses are requested to respond directly by March 3, 2023, via email to the GSA Contracting Officer, Dylan White, at dylan.white@gsa.gov, Contract Specialist, Sarah Ryan, at sarah.ryan@gsa.gov, and the ​Procurement Technician, Shantelle Brungardt, at shantelle.brungardt@gsa.gov. Please include in the email the following information in the subject line: Downtown Denver and Boulder Operations & Maintenance and Facilities Engineering.



Note: Any proprietary information submitted in response must be clearly marked.



Other Information: If a solicitation is released for the need described above, then all interested firms must be registered in the Government's System for Award Management (SAM) to be eligible to submit an offer.


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


History

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 >