SOURCES SOUGHT
J -- International Maintenance Assistance Program IMAP
- Notice Date
- 4/8/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- 19AQMM18R0191
- Point of Contact
- Blondell K. Taylor,
- E-Mail Address
-
taylorbk2@state.gov
(taylorbk2@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Title: International Maintenance Assistance Program (IMAP) IDIQ Contract Solicitation Number: 19AQMM18R0191 Agency: U.S. Department of State Office: Bureau of Overseas Buildings Operations, Office of Facility Management (OBO/CFSM/FAC) Location: Worldwide Notice Type: Sources Sought NAICS Code(s): 561210 This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The government is requesting information regarding the availability and feasibility of attracting firms that are capable of providing International Maintenance Assistance Program (IMAP) services worldwide to support the requirements of the U.S. Department of State (DoS), Overseas Buildings Operations (OBO), Office Of Facility Management (FAC). This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the government to conduct a solicitation for the below-listed services in the future. Responders are advised that the government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. Purpose The U.S. Department of State, Office of Facility Management on behalf of the Overseas Buildings Operations, is seeking small business firms that are capable of providing Facility Maintenance Support Services worldwide for 282 U.S. Embassy missions. Contractors will report to the FAC International Maintenance Assistance Program (IMAP) office in Arlington, VA. The scope of work (SOW) for Facility Maintenance Support Services consist of preventive maintenance; predictive maintenance; major repair services; emergency repair services; inspection and testing of essential equipment and building systems; and conducting of hands-on instruction of preventive maintenance and repair procedures for locally employed tradesman. Equipment and building systems include, but not limited to the following: § Power Generation and Electrical Distribution (including Medium and Low Voltage) § Power Monitoring System (PMS) § Mechanical Systems, Heating, Ventilation, and Air Conditioning, (HVAC) § Building Automation System (BAS) § Water Supply, Purification and Distribution § Fire Protection and Life Safety Systems § Complete Sanitary Sewer and Waste Water Treatment § Elevator and Escalator Equipment and Systems § Fuel Storage and Distribution Systems § Roofing and Waterproofing Systems § Building Envelope/Structures, Windows, Doors, etc. The Contractor shall comply with all applicable, and the most recent, local and United States building codes; OBO Building Codes; all DoS security requirements and specifications; OSHA and applicable safety regulations and standards, applicable Government standards; all applicable industry standards and recommendations, and OEM recommendations in executing the services of this contract. The Contractor must use the Government provided Computerized Maintenance Management System (CMMS) to identify, control, track, and schedule preventive maintenance work, service calls, and equipment inventory. The Contractor shall track historical preventative maintenance and repair activities for each work order received during the period of performance (separated annually) of the contract. All work completed by the Contractor shall be issued under a CMMS work order (routine or emergency).. The Contractor must have capability to initiate emergency response to repair any of the above systems or components at a Post within 24 hours, and deploy staff within 48 hours (or as country access requirements allow). The maintenance program shall be capable of reactive, preventive, predictive and proactive maintenance on essential mission critical equipment and systems; training of personnel in maintenance procedures and methods, develop spare parts inventories, and identify follow-on work for repairs or reliability improvements. All maintenance, repairs and emergency service calls, materials, tools/ equipment costs etc., required to complete each task shall be captured in the Government’s CMMS. Instruction and skill transference is a key element of each of the technical disciplines covered under this contract. The IMAP program has two main objectives: to complete PM and repair on equipment Post cannot properly maintain and service, and to provide instruction to Locally Employed Staff (LES). During the course of the Contractor’s work, Post LES is encouraged to observe, and ask questions about, PM and repair procedures so they may become more knowledgeable in equipment maintenance after the IMAP team leaves. This shall apply to all work in the contract, except work in Controlled Access Area (CAA) and core spaces where LES may not perform repairs and/or maintenance. During Post visits, the Contractor may be tasked to provide additional, more formalized instruction. Training shall be conducted in either four or eight hour instruction modules and/or the Contractor may be tasked to provide more in-depth instruction during a longer-term deployment using designated Directed Maintenance Technicians, for electrical, HVAC, generator, and plumbing systems. The Contractor shall be responsible for coordinating all logistics associated with the shipment of tools, materials, and equipment to and from Posts. This includes adequate coordination with DoS overseas diplomatic missions, Logistics Operations Center, Government Supply Service Centers, DoS Pouch Center, and Diplomatic Courier Service to determine shipment planning and execution requirements, as required and as applicable. The Contractor shall have a Defense Contract Audit Agency (DCAA) approved purchasing system and shall obtain price quotations from at least three sources, and purchase or lease from the qualified supplier(s) offering the best value, price and other factors considered. To facilitate open communication between the Contractor and the Government, and to allow the Contractor ready access to Government operated shipping facilities, the Contractor shall be required to maintain a local facility and warehouse space within 30 miles of Washington DC. If this facility is located separately from the Contractor’s Top Secret cleared office location, the Contractor must possess or obtain a Facility Clearance (FCL) at the Secret level, with Secret safeguarding, for the local facility and warehouse. In order to effectively carry out IMAP tasks at DoS facilities, the Contractor is expected to deploy staff trained to service a broad range of systems and equipment, including those that employ the latest technologies. In addition to the minimum qualifications stipulated for the various technicians, the Contractor shall be responsible for their personnel to receive continuing education to work on all systems and equipment as tasked; and be knowledgeable of the latest codes, standards, technologies, equipment, manufacturer recommendations, software, etc. Contractor personnel shall maintain current, appropriate certifications/licenses for the systems they are being servicing. All Contractor personnel who will perform at overseas locations will be required to have access to classified material and/or to enter into areas requiring a security clearance at the Secret or Top Secret level. Therefore, all Contractor employees traveling to overseas posts must possess a Secret or Top Secret security clearance prior to deployment. Individual security clearances shall be commensurate with the required level of access prior to each task. FINAL Top Secret clearances will be required for all personnel who require Post Communications Center (PCC) access and/or crypto/COMSEC access, when designated by the COR and required by delivery order. Coordination/read-in to the COMSEC program must be accomplished in advance by COR with IRM/ITI/OPS/SI. Interim clearances are not acceptable for COMSEC access. Domestically, contractor personnel involved in program management and administrative (e.g. travel arrangement, payroll, recruiting) functions at the contractor’s facility shall possess minimum Secret clearances prior to any involvement with the contract. Any contractor personnel visiting a DoS domestic facility for contract coordination must possess a Secret clearance. Additionally, all personnel involved in the procurement process of CAA materials must possess Secret personnel security clearance. Responses No hard copy will be accepted; only PDF readable documents will be accepted. Responses should be limited to 15 pages or less. Responses are limited to those companies considered small business under the following NAICS Code: 561210, Facility Support Services. Respondents are welcome to submit other relevant and appropriate NAICS codes for consideration. In order to support DoS abroad, an active Facilities Clearance at the TOP SECRET level is required. Responses are only being solicited from Small Business concerns. Firms should provide the following information: · Contractor's statement of interest and capabilities statement. · Qualifications of team members, with an emphasis on those in key roles. Please include applicable licenses, registrations, and certifications, as well as other indicators of high quality professional performance. · Relevant experience, to include past performance experience in performing efforts of three contracts of similar value, size, and scope within the last five years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical requirements described herein. · Submissions should include responses to the following categories: - Company Profile, to include name, POC, email address and phone number - DUNS Number - Cage Code - Number of Employees - Office Location - Available bonding capacity - Small Business Designation/Status Claimed - Annual Revenue - Facility Clearance Level and Expiration Date - SAM Registration Restrictions on Response The government will not entertain telephone calls or questions for this Sources Sought notice. How to Respond Please submit your response no later than Wednesday, April 26, 2018 at 2:00PM Eastern Time, with electronic copies sent to the points of contact listed below. Please enter "International Maintenance Assistance Program (IMAP)" into the email subject field. Contracting Office Address: 1735 N. Lynn St. Arlington, Virginia 22209 United States Primary Point of Contact: Blondell Taylor Contracting Officer Taylorbk2@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/19AQMM18R0191/listing.html)
- Record
- SN04882206-W 20180410/180408230010-e818e6537107200a9eca6a2f094a78d4 (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 |