DSCC DFAS Operation and Maintenance Services in Columbus, OH

expired opportunity(Expired)
From: Federal Government(Federal)
W912QR21R0007

Basic Details

started - 20 Oct, 2020 (about 3 years ago)

Start Date

20 Oct, 2020 (about 3 years ago)
due - 09 Nov, 2020 (about 3 years ago)

Due Date

09 Nov, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W912QR21R0007

Identifier

W912QR21R0007
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (706009)DEPT OF THE ARMY (132715)USACE (37979)LRD (5539)US ARMY ENGINEER DISTRICT LOUISVILL (2089)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Annual recurring maintenance services for the Defense Finance and Accounting Service (DFAS) Columbus Center located within the Defense Supply Center Columbus (DSCC), a Defense Logistics Agency (DLA) installation. The primary DFAS facility consists of an approximate 592,000 square foot building containing seven stories plus a basement and three penthouses. Individual floor space varies from 66,804 to 87,825 gross square feet. The central mechanical plant and main electrical switchgear are housed in a separate Central Plant structure. The cooling towers servicing the Columbus Center are located directly north of the Central Plant building. The primary work to be performed under this contract includes General Building Operation, Scheduled and Preventative Maintenance executed in accordance with a Preventative Maintenance Plan, Routine Maintenance and Repair, and Contract Administration Services. Work will also include responsibility for the operation of all mechanical, electrical,
plumbing, and conveyance systems.TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year Period of Performance, Not to Exceed (NTE) $10,000,000.00. The North American Industrial Classification System Code (NAICS) for this effort is 238990.TYPE OF SET-ASIDE: This acquisition is set-aside for 8(a) firms.SELECTION PROCESS: This is a single-phase procurement. The proposals will be evaluated using a Best Value Tradeoff source selection process. The technical information contained in each offeror’s proposal will be reviewed, evaluated, and rated by the Government.Proposals for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Management Plan and Price. Pro Forma Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than cost or price, are considered approximately equal to cost or price.DISCUSSIONS: The Government intends to award without discussions.SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Contracting Opportunities website, https://beta.sam.gov/. Paper copies of the solicitation will not be issued.  Telephone and Fax requests for this solicitation will not be honored.  Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader.  To download the solicitation for this project, contractors are required to register at the Contracting Opportunities website at http://beta.sam.gov.  Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.REGISTRATIONS:Offerors shall have and shall maintain an active registration in the following database:System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Miriaha Sigmon, at Miriaha.D.Sigmon@usace.army.mil

Columbus ,
 OH   USALocation

Place Of Performance : N/A

Country : United States

You may also like

SITE MAINTENANCE SERVICES - BELFAST ME

Due: 31 Dec, 2025 (in 20 months)Agency: FEDERAL COMMUNICATIONS COMMISSION

MAINTENANCE AND REPAIRS SERVICES FOR THE LIFT ELEVATORS SYSTEM IN THE SISONKE BUILDING.

Due: 30 Sep, 2024 (in 5 months)Agency: AGENCY FOR INTERNATIONAL DEVELOPMENT

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 238990All Other Specialty Trade Contractors
pscCode M1EBOPERATION OF MAINTENANCE BUILDINGS