SOURCES SOUGHT
Z -- Facility Operation & Maintenance Service
- Notice Date
- 3/4/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
- ZIP Code
- 30341
- Solicitation Number
- TIRSE-09-R-00003
- Archive Date
- 3/26/2009
- Point of Contact
- Linda B Bender,, Phone: 404-338-9210
- E-Mail Address
-
linda.bender@irs.gov
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The purpose of this notice is to gain knowledge of potential qualified small business concerns capable of performing Facility Operation and Maintenance Services under North American Industry Classification System (NAICS) 561210, Facilities Support Services. The small business size standard is $35.5M. A review of the responses to this Sources Sought Notice will assist the Government in determining if competition should be restricted to small business concerns, to include set-aside for specific small business classification(s). It is anticipated that a solicitation announcement will be published in the Federal Business Opportunities on or about June 3, 2009. The solicitation will consist of a base period plus optional renewal periods, for a contract term totaling up to 5 years. The Internal Revenue Service (IRS) has a requirement for critical facility operation and maintenance services. Services include management, operation, maintenance, and repair for buildings, structures, grounds, utilities and related support systems and equipment at the Memphis Internal Revenue Service Center (MIRSC) located at 5333 Getwell Road, Memphis, Tennessee. The contractor shall furnish all management, supervision, labor, subcontracts, supplies, repair parts, tools, and equipment to perform contract services. Contract Services include, but are not limited to the following contract requirements: •Develop and execute a detailed Building Operation Plan for all the building equipment and systems that provides the highest possible operational effectiveness and efficiency, compatible with maintenance and repair requirements and energy conservation. Procedures are included for Building Temperature; Lighting; Chiller Plant Operation; Boiler Plant Operation; Domestic Hot Water Temperature; Snow and Ice Removal; Centralized Clocks; Tours; Watches; Energy Conservation; Alarm Response; Painting Plan. •Develop and maintain an effective system for accomplishing maintenance and repairs necessary to ensure the proper and most efficient operation of building equipment, systems or subsystems. •Maintenance and repair of architectural and structural components and systems. •Maintenance and repair of certain exterior real property, such as underground sewage lines, water and gas lines, storm drains, manholes, fences and gates, roadway and parking lot lighting poles, signs, etc. •Maintenance, operation, and repair of the following supplemental systems: (1) RUPS Systems (KATO/Russelectric) and Emergency Diesel Engine Driven Generators (Caterpillar, Detroit, KATO); (2) Class A Fire Alarm Systems (Simplex); (3) Water Treatment; (4) Irrigation System (Rain Bird); (5) Computerized Maintenance Management System (CMMS); and (6) High Voltage Transformers MIRSC is a campus-style environment, consisting of eleven individual single story modules and five guardhouses whose aggregate total of gross square footage is approximately 900,133 in which 135,200 square feet is dedicated to ADP/Mainframe space. The buildings sit on a 130+ acre site that is almost completely fenced. Parking lots and water detention ponds are inside the fence. Area Parking is approximately 1,169,400 square feet. Mission at MIRSC is a 24/7 operation. The building is classified for industrial use and Level 5 (highest level) security facility. RESPONSE REQUIREMENTS: Interested parties are invited to submit a Statement of Capability (SOC). SOC MUST identify (a) two or more contracts (INCLUDING CURRENT POINT OF CONTACT INFORMATION) in which the interested party served as the PRIME contractor providing 24/7 facility operation and maintenance services in a facility of similar size and complexity; (b) years of company experience maintaining similar types of facilities; and (c) capability to man a minimum of 16 – 800 kv RUPS units in parallel with 15 minutes of battery back up and 15 – 1500 kv diesel-powered generators in parallel with no blink transfer capabilities. SOC must contain a cover letter including the company name, address, telephone, facsimile, email address, and business classification as established by the U. S. Small Business Administration (SBA). Parties must identify all the following small business size classification(s) for which it qualifies: small business; services disabled veteran-owned small business; and HUBZone small business. NOTE: SBA has established numerical definitions, or "size standards," for all for-profit industries. These standards represent the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for SBA and Federal contracting programs. Refer to SBA's website http://www.sba.gov/size for size standards. SOC must be submitted in writing. RESPONSES MUST BE RECEIVED BY MARCH 11, 2009 4:00 PM, EST. Submission may be via mail, facsimile, or email as follows: Mailing Address: Internal Revenue Service, Office of Field Procurement Business Operations Branch, Attn: Linda Bender, 2888 Woodcock Blvd., Suite 300, Stop 80-N, Atlanta, GA 30341. Fax Number: 404/338-9231. Email Address: linda.bender@irs.gov THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE IRS INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=358c86d94c99ed9d9b0905fe9abb4047&tab=core&_cview=1)
- Place of Performance
- Address: Internal Revenue Service, Memphis Internal Revenue Service Center (MIRSC) located at 5333 Getwell Road, Memphis, Tennessee, 38118, United States
- Zip Code: 38118
- Zip Code: 38118
- Record
- SN01761265-W 20090306/090304215438-358c86d94c99ed9d9b0905fe9abb4047 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |