CONSOLIDATED FACILITIES MANAGEMENT
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED B... THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The General Services Administration (GSA) located in Chicago, Illinois seeks a Provider/Offeror to Provide Consolidated Facilities Management Services at the following 5 locations: 1. Federal Building (536 S. Clark Street) 536 S. Clark Street, Chicago, IL 60605 2. Federal Park Facility (450 Parking) 450 S. Federal Street, Chicago, IL 60605 3. U.S. Custom House 610 S. Canal Street, Chicago, IL 60607 4. GSA Interagency Motor Pool (Motor Pool) 701 S. Clinton Street, Chicago, IL 60607 5. Federal Archives and Records Center (FARC) 7358 S. Pulaski Avenue, Chicago, IL 60629 The services will include: The Contractor as Facility Manager is fully responsible for providing total management and supervision for the following: facilities management, operations and maintenance, elevator maintenance, environmental, emergency response and administrative support services in accordance with sections C.0 Facilities Management Scope of Work, C.1.0 Operations and Maintenance Scope of Work, C.3.0 Elevator Maintenance Scope of Work, C.4.0 Administrative Support Services Scope of Work, along with Telecommunication Riser Management Consultative Survey, Environmental Services, Emergency Response Service and Project Management Services The solicitation will contain a Consolidated Facilities Management (CFM) work statement for a performance-based service. The CFM approach combines facilities related contracts into a single contract designed to reduce administrative costs and simplify the management of various building services. This is a Performance Based Contract which focuses on outcomes as opposed to prescriptive requirements. This specification represents GSA's performance objectives and minimum levels of service to be provided by the contractor. A high level of effective communication between the Government and contractor is essential. This performance based requirement demands a greater emphasis by the contractor on self-evaluation, robust quality control processes and strict oversight of building operations to ensure the highest level of efficiency. The Contractor will be required to maintain a quality control program to ensure that the requirements of this contract are met. The contractor must closely monitor all aspects of the work, identify deficiencies and implement corrective action, without reliance on Government oversight. 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. Those wishing to identify their capability to provide the aforementioned services must complete the attached Sources Sought Response form. Email the completed form to jennifer.dunne@gsa.gov no later than Wednesday, August 14, 12:00 PM, (Central Standard Time). The Method of Award is based on two phases as follows: PHASE ONE FACTOR 1: Experience (This factor is a Go/No Go factor) This factor considers the extent of the offeror's experience, within the last (5) years, in performing contracts for mechanical maintenance services, similar to those described in the RFP, in facilities comparable to the locations contained within the RFP. In order to be eligible for award, the offeror must demonstrate performance of at least 3 government or non-government contracts providing full mechanical maintenance services similar to those described in the RFP, meeting the following requirements: • At least two full years of performance (current contracts are accepted as long as the contract has been in performance for two years prior to the closing date of the solicitation) • Contract completion within 5 years from the closing date of this solicitation • Meets one of the following size requirements One building of at least 1,000,000 square feet A group of buildings, under one contract, with an aggregated total gross square footage of at least 1,000,000, with at least one building with a minimum of 600,000 square feet. • Scope of performance including the following complex central systems Fire alarm systems HVAC Systems Building Automation Systems Central Heating Plant Plumbing systems Elevator systems Laboratories CMMS Environmental (Asbestos/Lead Management Plan) For each such contract, offerors shall submit fully completed Attachment A & A.1 - References, Building Details, to include all of the following information for at least 3, but not more than 5 contracts. PHASE TWO FACTOR 1: Past Performance While offerors are required to submit a minimum of 3 references, but not more than 5, the government is not required to conduct or complete reference checks on more than 3 contracts. If more than 3 references are provided, the government reserves the right to choose which references to include in its evaluation. In addition to those references provided directly by the offeror, the government may identify and analyze the past performance of the offeror on any other relevant contract of which the Contracting Officer obtains knowledge, including but not limited to projects listed in the Past Performance Information Retrieval System (PPIRS). Because of the wide variety of past performance history of individual offerors, the Government is not required to ensure that an equal number of references be obtained for each offeror. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, failure of the offeror to provide a minimum of three relevant references that meet the criteria listed above, and/or the inability of the Government to complete a minimum of three reference checks, after making a reasonable effort to do so, will result in the offeror being rated as "neutral" on the past performance factor. FACTOR 2: Management Plan & Approach (This factor has 2 sub-factors) SUB-FACTOR 1: Management Plan This sub-factor considers the offeror's organizational structure, including in-house expertise. It considers the reasonableness of the offerors' staffing schedule, for managers and supervisors, both in-house and subcontract. It considers the qualifications of proposed key managerial and supervisory personnel (on- site and off site) and how these positions relate to and impact the day-to-day performance of contract services. It also considers the areas of work proposed for subcontracting and the Service Call Plan to be employed to respond to emergency, urgent, and routine service calls and to tenant complaints. Submit a Management Plan that includes an organizational chart (showing names, titles, authorities, and responsibilities) illustrating key personnel both on and off-site. The plan should include a listing of positions to be staffed by trade and scheduled hours. This plan should also identify on-site representatives for each building, and outline their roles, responsibilities and levels of authority. Include qualifications for key personnel with supervisory authorities and for any positions considered key to the successful administration of the contract. The staffing plan should identify and address the number of personnel needed to accomplish all of the work requirements of the contract. The offeror should clearly indicate what work will be subcontracted, list the names of its major proposed subcontractors, and include any commitments made with them. Subcontractors proposed by the offeror must be qualified in their respective areas of work. Furnish a "Key Personnel Resume" for the proposed on-site facility manager, project manager and all other on-site supervisors. Resumes should indicate that the proposed on- site person qualifications are consistent with those outlined in Section C of the RFP. The proposed facility manager, project manager and other on-site supervisors are not required to currently be in the offeror's employ. Indicate what work will be subcontracted and the names of major proposed subcontractors, including what commitments have been made with them. Provide a resume of relevant experience for these subcontractors. Furnish a Service Call Plan for responding to service calls and tenant complaints. Include proposed timeframes for responding to emergency service calls, urgent service calls, and routine service calls. Explain how the offeror will be reached (by GSA and occupants/tenants), how tenant complaints and other service problems will be resolved, what follow-up procedures will be used, and how tenant feedback will be obtained. Include the methods and extent of documentation, tracking, and service call closeout. SUB-FACTOR 2: Quality Control Plan A quality control plan is necessary to assure that the requirements of the contract will be met. It essentially describes how managers and supervisors will inspect the work of productive employees. This sub-factor considers the offeror's plan for maintaining quality control on the job. It examines the methodology (tasks and frequencies), inspection methods and frequencies, thoroughness, effectiveness, and soundness of the offeror's quality control program. A complete Quality Control Plan (QCP) must be submitted with the initial offer. The QCP must be specific to the contract specifications and location(s) listed. The following is for the use in determining acceptability of the contractor's Quality Control Plan (See Paragraph C.0.3 also). (1) Tasks to be performed and the frequency associated with each task, including all daily and periodic tasks. (2) Inspection procedures, such as some or all of the following: type of inspection, frequency of inspection, acceptance/rejection criteria, disposition of rejected services, corrective action, error rate, and procedure for recording results of inspections. Areas to be inspected, when inspections will occur and titles of individuals performing inspections. How noted deficiencies will be corrected immediately. How critical equipment will be placed back in service at the end of the day. Administrative methods to be used for identifying, correcting, and preventing defects in the quality of service performed before such level of performance becomes unacceptable. Plans for revising job schedules as new and better ways are found to perform given tasks. (3) Staffing levels (including supervision) with job classifications. A roster by name and job title. Roles and responsibilities of key personnel as well as addressing responsibilities for oversight of the QCP and functions associated with such oversight as well as authority in dealing with Government contracts. Job descriptions including tasks. (4) Samples of all quality control forms, records, reports, and files as well as any other written matter used to control quality (5) Training program, including on-site training as well as any additional training required. (6) Self-evaluation report detailing quality of service. (7) Strike Contingency Plan (SCP) addressing support personnel and license and certification requirements as well as address employee absenteeism. (8) Contractor Emergency Plan (CEP) including communication procedures, employee information, and employee duties. FACTOR 3: FM, O&M, Elevator, Administrative Support Work and Staffing Plan This factor considers how the offeror plans to address and satisfy the performance requirements as outlined in the RFP. It considers the reasonableness of the offeror's work program in terms of project management, duty tours, daily equipment operation, critical building systems and equipment, administrative support and staffing. Provide a Work and Staffing Plan which addresses and satisfies the performance requirements as outlined in the RFP at a minimum each of the following should be addressed: Project Management - Tours - To include kinds of equipment toured when and where readings are taken, and tour schedule. Daily startup/shutdown - Include a daily startup and shutdown plan for both automatic, preset, and manual operating equipment and qualification of personnel. Critical building systems and equipment - Plan should include procedures to monitor and maintain critical building systems and equipment including but not limited to fire protection systems, computer room HVAC systems, building automation systems and vertical transportation systems. Staffing plan and work schedules - Provide a proposed staffing plan and work schedules including the total number of man-hours proposed (in-house and subcontract). FACTOR 4: PRICE PROPOSAL FACTOR 5: SUBCONTRACTING PLAN Incorporating small business participation is an element of the technical evaluation factors. The prime contractor will be encouraged to maximize small business participation with an evaluation factor in the solicitation, giving greater consideration to those who partner with small businesses in multiple socio-economic categories and have partnered successfully with such small businesses in the past. THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT," SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »