Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOURCES SOUGHT

Z -- Facility Operation & Maintenance Services

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-00001
 
Archive Date
3/26/2009
 
Point of Contact
Linda B Bender,, Phone: 404-338-9210, James R Brown,, Phone: 404-338-9219
 
E-Mail Address
linda.bender@irs.gov, james.brown@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) code 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, repair, and miscellaneous services for buildings, structures, roads and parking lots, utilities and related support systems and equipment at the Atlanta Submission Processing Center (ATSPC) located at 4800 Buford Hwy, Chamblee, GA 30341. 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 operation, maintenance & repair of a broad range of systems including: •HVAC equipment (dual central cooling plants, central heating plant with building wide zoned hot water re-heat coils, multiple computer room HVAC systems, special purpose HVAC systems, large package HVAC systems, small split HVAC); •A broad range of appliance and cafeteria equipment (multiple walk-in coolers/freezer, multiple types of ice making and dispensing equipment, and a full spectrum of cafeteria equipment); •Multiple central and stand alone air compressor systems, •Multiple central plumbing systems (including three potable water distribution systems, multiple glycol circulation loops) • Multiple fire sprinkler systems building wide •Central system fire alarm system and numerous stand-alone but integrated subsystems •Central public address system •1970’s era central clock system •A (multi-building) 12470 volt double ended electrical substation including 3 each 12470/480 volt transformers • 2 separate 480 volt electrical distribution systems; •1 building wide 480 volt UPS electrical distribution system •A 3.2 MW emergency electrical generation plant, underground and above ground fuel oil storage tanks and fuel distribution system •A combination of stand alone 1960’s era pneumatic control systems and modern JCI METASYS BAS. •A 3 stage laboratory style HEPA filtration negative air pressure containment system serving the separate 25,000 square foot mail handling area. •Extensively modified 1960’s era sanitary sewer system •1960’s era roof and underground storm drainage systems •Maintenance of the 1000+ space parking lot •Perimeter fencing and access pedestrian gates, turnstiles, barrier arm and gate operators •Asbestos Management Program •Environmental Management Program (with limited recycling services) •Locksmith services •Construction and renovation services. Contract Services also include: Universal and Hazardous Waste handling, warehousing, and disposal; Building Inspection Services; Lab Testing services; Repair and Maintenance of the Government Furnished radio communications equipment; utility meter monitoring; water treatment services; routine, urgent and emergency service call management; and additional miscellaneous services. ATSPC is a campus-style environment, consisting of a single story building and guardhouses whose aggregate total gross square footage is approximately 325,000 square feet in which 10,000 square feet is dedicated to ADP/Mainframe space. The buildings sit on approximately a 20+ acre site. Parking lots are on-campus. Area Parking and roadways are approximately 550,000 square feet. Mission at ATSPC is a 24/7 operation 365 days per year. RESPONSE REQUIREMENTS: Interested parties are invited to submit their Statements 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 (a minimum six years experience is considered fitting for this requirement); and (c) capability to maintain the following classes of equipment: •Central chiller plants – low and high pressure centrifugal chillers •2 million btu boilers •Computer room HVAC systems •12 kV electrical sub-stations •3.2 MW diesel electrical generation plant including fuel storage & distribution systems •BSL 2 laboratory equivalent HVAC containment system/controls •Both 1960’s era pneumatic control systems and modern digital control systems •Full range of commercial kitchen equipment. •Experience and training handling asbestos containing materials •Large multi-zone fire sprinkler systems •Central fire alarm system maintenance & repair •Environmental management program experience 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=8f764e5319f474b3568fa78d1196a820&tab=core&_cview=1)
 
Place of Performance
Address: Internal Revenue Service, Atlanta Submission Processing Center (ATSPC) located at 4800 Buford Highway, Chamblee, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN01761282-W 20090306/090304215458-8f764e5319f474b3568fa78d1196a820 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.