Facility Management Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
19AQMM23R0050

Basic Details

started - 17 Nov, 2022 (17 months ago)

Start Date

17 Nov, 2022 (17 months ago)
due - 05 Dec, 2022 (16 months ago)

Due Date

05 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
19AQMM23R0050

Identifier

19AQMM23R0050
STATE, DEPARTMENT OF

Customer / Agency

STATE, DEPARTMENT OF (6522)STATE, DEPARTMENT OF (6522)ACQUISITIONS - AQM MOMENTUM (1490)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

SOURCES SOUGHT NOTICEAgency: U.S. Department of StateOffice: Bureau of Overseas Buildings Operations, Office of Facility Management (OBO/CFSM/FAC)Location: WorldwideNotice Type: Sources Sought NAICS Code(s): 221310, 221320, 236220, 238160, 238210, 238220, 333921, 561210, and 562910Purpose:The purpose of this Sources Sought Notice is to accomplish market research pursuant to Federal Acquisition Regulation Part 10, and to identify small businesses capable of and interested in performing the functions described herein. This is not a solicitation, nor is it a request for proposals, proposal abstracts, or quotations and does not commit the Government to issue a solicitation, make an award, or reimburse respondents for any costs associated with responding to this notice. The Government will treat each response submitted in confidence.Description:The mission of the U.S. Department of State (DOS) is to advance the interests of the American people, their safety and economic prosperity, by
leading America’s foreign policy through diplomacy, advocacy, and assistance. The United States Government (USG), Department of State (DOS), Bureau of Overseas Buildings Operations’ (OBO) mission is to provide safe, secure, and functional facilities for the conduct of U.S. diplomacy and the promotion of U.S. interests worldwide. The Department of State’s overseas property portfolio is large and diverse not only in types of facilities but also with regards to ownership and operational responsibilities. Currently there are 170 Embassies, 125 Consulates and over 20,000 commercial and residential properties which are operated in support of the Foreign Service mission abroad.  Properly managed operation and maintenance investments can extend the life of a facility well beyond a facility where the operation and maintenance investments have been ignored or minimally maintained.  The Office of Facility Management (FAC) is one of the three functional components of the Construction, Facilities and Security Management (CFSM) organization within the Overseas Building Operations (OBO) Bureau of the Department of State. CFSM mission is to provide professional assistance for the construction, security and maintenance of facilities which support diplomatic missions around the world. The primary focus of FAC is to ensure that the overseas facilities are properly maintained and adequately provide for the operational requirements which establish a safe and secure working and living environment for United States personnel assigned to these locations. FAC is comprised of multiple divisions including: Program Support (PS), Facility Managers (FMG), Maintenance Support (MS), and Small Projects and Transition (SPT) providing engineering, architectural and related technical services to foreign posts that facilitate operations and maintenance activities including development of project plans, maintenance plans, construction programming, cost analysis, engineered systems operations and training.The Department of State (DoS) is interested in receiving a thorough capability statement from interested vendors to provide all or most of the following capabilities small businesses with proven technical capability and experience performing this work in support of programs outside of the Continental United States (OCONUS) in the following areas:Program Support (PS):Elevator Management (vertical transportation systems, controls and operations)Environmental and Hazardous Material Management (air and water quality, hazardous material abatement, fuel storage and delivery, energy services, enhanced filtration systems and related engineered building system operations)Facility Project Support (building engineered systems including HVAC, electrical, architectural systems as they relate to facility security needs)Roof Management (roof, facades, and water proofing systems)Utility Management (electrical infrastructure, power quality, reliability and central power management systems)Water Treatment Systems Management (operational assessment, trouble shooting, potability determinations, sanitary surveys, training, record keeping, performance monitoring)Environmental Security Protection System Program Management (filter change outs, inventory management, system design review, troubleshooting)HVAC Systems Management (Condition assessment, Asset management, project management, operational assessment, trouble shooting)BAS Systems Management (Condition assessment, Asset management, project management, operational assessment, trouble shooting)Electrical Systems Management (Arc flash, coordination studies, system condition assessments, Failure analyses, code compliance inspections, condition assessment, trouble shooting, lightning protection assessment)Maintenance Support (MS):Management of Maintenance and Repair Funding for locations worldwideEmergency and Routine Maintenance Repair Program for all engineered building systems, both secure and unsecure related dependent on locationStaffing Studies for facility management operationsData collection and management of Facility Condition Indices (FCI)Small Projects and Transition (SPT):Small project development including site surveys and feasibility studiesTechnical support including project specification, design reviews and costs analysisConstruction administration supportPost construction transition services including coordination of training programs, interface with commissioning groups, establishing plans and budgets for Maintenance Repair and Operations (MRO)Retro and re-commissioning requirements for engineered building systemsFacility Management (FMG):Management of the facility maintenance staff including roving facility managers for locations worldwideCoordinates training for facility management programEstablishes criteria for hiring of the facility manager and supporting staffContractors submissions should specifically address the following:Capability to provide services listed herein at locations around the world.Experience or capability of getting contractor furnished equipment and materials through customs and or similar government agencies of host countries outside of the United States.Understanding of import and export regulations.Ability to safely keep and track Government furnished property.Strong skills in situational decision making.Organized billing and invoicing proceduresThe Bureau of Overseas Buildings Operations, Office of Facility Management (OBO/CFSM/FAC) intends to achieve the following objectives:• Establish a new multiple-award, Indefinite-Delivery; Indefinite-Quantity (IDIQ) contracts for facility management support services that can support DoS facilities worldwide. The estimated combined value for all requirements during a 5 year ordering period is expected to be more than $10,000,000.00.• Awarding to multiple small businesses under various NAICS codes will ensure a list of contractors are familiar with DoS operations and programs, while supporting small business goals. The base IDIQ contract will require a Top Secret Facility Clearance. This will limit competition to U.S. offerors. However, offerors may include regional non-U.S. or local companies as part of their solution.• Contract types (fixed-price, cost-reimbursement, labor-hour, and time-and-materials) for individual task orders and specific requirements will fall under one or more of the following, depending on size and complexity of the facilities.Responses:Responses are limited to those companies considered small business under the following NAICS Codes: 221310,221320, 236220, 238160, 238210, 238220, 333921,561210, and 562910. Respondents are welcome to submit other relevant and appropriate NAICS codes for consideration.Please note that a decision not to submit a response to this Sources Sought will not preclude a vendor from participating in any future solicitation.Joint Ventures, including mentor and protégé arrangements as defined by the Small Business Administration, may participate in responding to this notice.Responses should be limited to 15 pages or less and be submitted as a Microsoft Word Document or Portable Document Format (PDF). Font must be Times New Roman, 12 point font, with margins of 1 inch all around. No responses shall be accepted via US Mail or FAX.Responses are being solicited from Small Business concerns. For all responding small businesses, please identify the socioeconomic status if any. SBA-sponsored "All Small BusinessMentor-Protégé Program" are welcome to respond as joint ventures also.Firms should provide the following information:- Contractor's statement of interest and capabilities statement.- Relevant experience to include experience in performing efforts 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.The capability statement must include the following information:a. Contarctor name (formal business name) and addressb. Contractor CAGE Codec. Contractor Unique Entity Identifier (UEI)d. Primacy NAICS code(s) utilized by Contractore. Contractor main point of contact (name, title, phone number, and email address)f. Contactor’s designated small business categories(s))g. Contractor’s bonding capability/thresholdh. Date Vendor graduates from the 8(a) programi. The cognizant SBA district office for vendorj. Current facility security clearance (with or without safeguarding) held by vendork. Availability of  Contractor services via GSA MAS Schedules or other Government-Wide-Vehicles for acqusition.IMPORTANT NOTES:The following information should be addressed with your submission:1) Security Clearance Requirement.  In order to be eligible to perform under this requirement, the contractor must possess or be able to obtain a Defense Security Service (DSS) Secret or Top Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M.  Offerors already possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level with their response to this notice.Specifically designated personnel performing these services requiring access to classified information or to the Controlled Access Areas (CAAs) to perform these services must possess Top Secret or Secret personnel security clearance issued by DSS.  2)  Experience performing OCONUS Experience performing services at secured government facilities OCONUS, at Overseas Continental United States facilities.  All licensing, permits that may be required, and foreign country operating logistics will be the responsibility of the contractor.Restrictions on ResponseThe government will not entertain telephone calls or questions for this Sources Sought Notice.How to RespondPlease submit your response no later than December 5,2022 at 2:00 PM Eastern Time, with electronic copies via email sent to the to the point of contact listed below. Please enter "Facility Management Support Services " into the subject field.Berel DorfmanContracting OfficerEmail: DorfmanBB@state.govDISCLAIMER:This Source Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice.Regardless of the information obtained from this notice, the Government reserves all rights in any future acquisition process for this requirement. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.No proprietary, classified, confidential, or sensitive information should be included in any response to this Sources Sought Notice.

US DEPT OF STATE, 2201 C ST NW  WASHINGTON , DC 20520  USALocation

Place Of Performance : US DEPT OF STATE, 2201 C ST NW WASHINGTON , DC 20520 USA

Country : United StatesState : District of Columbia

You may also like

FACILITIES MANAGEMENT SUPPORT SERVICES

Due: 28 Feb, 2026 (in 22 months)Agency: ATF ACQUISITION AND PROPERTY MGMT DIV

FACILITY MANAGEMENT SUPPORT SERVICES, ROSSLYN

Due: 28 May, 2024 (in 1 month)Agency: STATE, DEPARTMENT OF

On-Call Facilities Maintenance Support Services

Due: 07 May, 2024 (in 11 days)Agency: City of Newport Beach