Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2025 SAM #8552
SOLICITATION NOTICE

M -- M--FACILITIES SUPPORT SERVICES

Notice Date
4/24/2025 2:14:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
OFFICE OF ACQUISITON GRANTS SACRAMENTO CA 95819 USA
 
ZIP Code
95819
 
Solicitation Number
140G0325Q0044
 
Response Due
5/5/2025 12:00:00 PM
 
Archive Date
05/20/2025
 
Point of Contact
Adam, Elizabeth, Phone: (916) 278-9441, Fax: (916) 278-9339
 
E-Mail Address
eadam@usgs.gov
(eadam@usgs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis/Solicitation Combo *****AMENDMENT 1***** The purpose of this Amendment is to inform offerors of a second site visit, answer vendor questions received thus far, extend the due date for vendor questions, and extend the due date for quotes. The site visit will take place on Tuesday, April 29, 2025, at 10:00am PT at 6505 N.E. 65th Street, Seattle, WA, 98115. The due date for questions about this RFQ is extended to Wednesday, April 30, 2025, at 12:00pm PT. The due date for quotes is extended to Monday, May 5, 2025, at 12:00pm PT. QUESTIONS and ANSWERS 1. Is this a new opportunity or recompete/rework? ANSWER: This is a new requirement. 2. What is the ceiling value? ANSWER: This information is not provided for this type of acquisition. The opportunity is subject to the Service Contract Labor Standards statute. 3. What is the award date? ANSWER: Award will be made after the Solicitation closes. 4. What is the number of awards of this particular effort? ANSWER: One (1). 5. Can we submit state, local, and commercial past performances? ANSWER: Yes. 6. Referring to statement: ""Operate and maintain Siemens Desigo building management system"". Do we need to have any type of Third-party support or subscription or licenses to operate and maintain the Siemens Desigo building system? ANSWER: No third-party support, subscriptions, or licenses are required to operate and maintain the Siemens Desigo building system. There is a current Siemens support agreement in place and Siemens can provide limited high-level support at the discretion of the government. Current Desigo version 5.0 with an anticipated version upgrade this year. Continuing annual support agreements with Siemens are dependent on funding availability. See SOW section 4.1.2 Operate and maintain Siemens Desigo building management system, section 4.1.8 Support basic control system maintenance and updates, section 4.2.2 Working knowledge in Siemens Desigo building automation system operation and maintenance, and section 4.3.1.b Demonstrated experience with Siemens Desigo building management system. The technician should understand how to navigate the Desigo system, adjust points and settings, and inspect PPCL programming in the normal course of troubleshooting, testing, and optimizing control operations. 7. What are the criteria for the replacement of candidates? ANSWER: Failure to demonstrate the mechanical ability, aptitude, and hard and soft skills to perform a wide range of HVAC and industrial process maintenance tasks in a professional laboratory setting with scientists and live aquatic species. 8. Will the Government provide a pricing template? ANSWER: No, please provide pricing for the base year and two option years, broken down by month. 9. Please provide a list of specific equipment and systems that fall under maintenance (e.g., HVAC units, control panels, lighting systems, etc.). ANSWER: A: The Seattle laboratory is a 50,000 square foot campus comprised of six buildings: an administrative office building, dry laboratory, wet laboratory, maintenance/streambed building, storage building, and a pump house. HVAC and industrial process equipment is typical for a laboratory of this size. Equipment includes but is not limited to: a) (5) Air handlers - 14,235 cfm, 36,000 cfm, 2,370 cfm, 1,600 cfm, and 5,200 cfm using Siemens PXC controllers. b) Approximately (70) VAV w/hydronic reheat using Siemens TEC controllers. (6) DXR2 controllers are also utilized. c) (3) walk in freezer/refrigerator. d) (9) electric, hydronic, or gas unit heaters. e) (12) centrally ducted laboratory fume hoods served by two fans. f) Various supply and exhaust fans. g) Becker laboratory vacuum pump system. h) Redundant (2) Daikin WMC036DDSNA chillers with associated Evapco cooling towers. Serves both HVAC and industrial process water. i) Redundant (2) Hot water boilers - a Fulton Vantage VTG-3000, National Board #9057 and a Burnham model 3PW-80-50-G-PF, order #243318LB with an Industrial Combustion model MG-34P burner. Serves both HVAC and industrial process water. j) Titanium plate heat exchangers for chilled and hot process water operations. k) Sodium Hypochlorite generation system. (2) OSEC-L 20 generators and associated dosing and data sensors. l) Process water filter arrays - Amiad AMF and Spinkleen filter arrays. m) Process water Siemens Barrier UV filter arrays. n) Multiple pumps used for HVAC and industrial process, heating hot water, and chilled water. o) Laboratory central DI Water system. p) (5) Autoclaves q) (22) industrial process water laboratory stations with associated digital control valves and Siemens PXC controllers. r) Multiple digital industrial process water control valves and associated Siemens controllers and PPCL programming. s) Multiple general exhaust fans and motors. The MMFS Laboratory includes a 5,000 cfm constant volume air handler with (7) electric reheats, process sea water pumps and sand filters, and future process hot (75kW) and air and water cooled heat pumps (5 ton each) water systems with a Contemporary Controls Sedona BACnet control system. The CRRL/Willard office has (2) 1.5 ton and (2) 4 ton Trane heat pumps and horizontal air handlers utilizing Honeywell controls and economizers. The Daikin chillers and associated Evapco cooling towers, two boilers, two OSEC-L 20 Sodium Hypochlorite Generators, Siemens UV filters, DI Water system, and autoclaves are professionally serviced by outside contractors. Work on these systems will be limited to diagnose, troubleshooting, small component replacement (actuators, sensors), and control and efficiency tuning/upgrades to maximize equipment function. An on-site equipment walk through for the Seattle laboratory is highly encouraged. 10. Clarification on the building automation/control systems - are these related to HVAC only or are other systems integrated? ANSWER: The Siemens Desigo BMS integrates HVAC and laboratory process controls through BACnet and Siemens legacy Apogee. HVAC and laboratory process heating and cooling are integrated together with the boiler and chiller plant operations. There is a plan to add new process equipment modbus integration into Desigo. Lighting and security are separate systems. 11. Any expectations regarding response times for emergency or after-hours maintenance? ANSWER: No. Government facilities maintenance staff will handle emergency and after-hours maintenance call outs. 12. Are janitorial or structural (non-mechanical) tasks are included under general facility maintenance? ANSWER: No. This procurement is for HVAC and mechanical process equipment repair, maintenance, and efficiency improvements. Janitorial tasks are under a separate contract and/or handled by government employees. 13. Are there routine inspection schedules or documentation/reporting requirements we should plan for? ANSWER: See SOW 4.4.2 Documentation, 6.1.1 Monthly Maintenance Report, and 6.1.2 Annual Equipment Summary Report. The contractor can provide input on developing routine inspection and preventative maintenance schedules that will best meet the maintenance needs of the center. 14. Plumbing and drainage: Will the contractor be responsible for routine and emergency maintenance of plumbing drain lines, sewer lines, and storm drain lines within the facility? ANSWER: No. Domestic plumbing and sewer lines are not part of this requirement. HVAC and laboratory process water systems are included in the work required. These include hydronic hot and chilled water systems and laboratory process water systems. 15. HVAC System Support: Will USGS supply HVAC system parts and refrigerant (Freon), filters, or belts, or is the contractor expected to procure these? ANSWER: See SOW 4.4.1.b Government-Furnished Equipment and Materials (GFE/GFM). 16. Elevator Maintenance: If elevators are included in the scope of work, what company currently provides elevator maintenance and service? ANSWER: Elevators are not included in this scope of work. 17. Fire Alarm Systems: Will the contractor be responsible for annual fire alarm testing? And what company is currently responsible for fire alarm testing? ANSWER: Fire alarm and sprinkler system service and testing is not included in this scope of work. 18. Locks and Keys: Is the contractor responsible for maintaining and replacing door locks and keys? ANSWER: Door lock and key maintenance and replacement is not included in this scope of work. 19. Security Access Systems: Does WFRC use DataWatch or a similar access control system and will the contractor be responsible for monitoring or upkeep of the access control system? ANSWER: The security access system is not included in this scope of work. 20. Lighting Controls: Are building lights controlled by timers or photocell sensors? ANSWER: Both types of controls are used. 21. Lighting Controls: Is the contractor responsible for maintenance or adjustment of lighting system? ANSWER: No. 22. Is there a specific number of hours per week that the Government expects the contractor to provide services under this requirement? ANSWER: As stated in the Performance Work Statement, the contractor is expected to be on-site Monday through Friday, during regular business hours at the USGS WFRC Seattle Laboratory location. Regular business hours are defined as 8:00 AM to 4:30 PM Pacific Time. Schedule adjustments may occasionally be required to accommodate specific maintenance tasks, which will be coordinated with the COR with reasonable advance notice. 23. How would you prefer the pricing to be broken down? ANSWER: Please state the full price of the base year and option years, and then 12 months x monthly amount = Base Year Price, and so on for each option year. Award will be made Firm-Fixed-Price. 24. Since the Government is requesting one individual, when this individual is off site on leave, how will systems be maintained? ANSWER: The government has facility maintenance staff (government employees) that maintain the facility during and after working hours emergencies and when regular and contract facility staff are on leave. 25. Is the awarded contractor expected to bid all materials, supplies, and equipment to maintain the HVAC systems or is it provided as GFE/GFP? ANSWER: See SOW 4.4 Contractor Responsibilities and 4.4.1.b Government-Furnished Equipment and Materials (GFE/GFM). 26. Could you also share a preventive maintenance checklist outlining the required services and their frequencies? ANSWER: Current operation is corrective maintenance and deferred maintenance. Preventative maintenance schedules will be developed with contractor input for services and frequency. 27. The solicitation indicates the need for full-time maintenance personnel. Would it be permissible or necessary to engage additional subcontractors for larger projects, such as system upgrades or replacements? If it is permissible or necessary, are we allowed to have a site visit to look over equipment and HVAC systems. Answer: The Government solicit opportunities for larger projects and system upgrades and replacements if deemed necessary. The site visit is on Tuesday, April 29, 2025, at 10:00am. *************************************** Facilities Maintenance Services, HVAC, Building Control Systems - SEATTLE, WA REQUEST FOR QUOTE INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 17 January 2025. This acquisition is set-aside for small business. DESCRIPTION The US Geological Survey, Western Fisheries Research Center (WFRC), requires a Facilities Maintenance Services person as described in the attached Performance Work Statement. The USGS requires a base year plus two option years. SUBMISSION OF QUOTES All services will be performed at the Western Fisheries Research Center located at 6505 N.E. 65th Street, Seattle, WA, 98115. The site visit will take place on Tuesday, April 29, 2025, at 10:00am PT at 6505 N.E. 65th Street, Seattle, WA, 98115. All questions must be sent directly to eadam@usgs.gov by Wednesday, April 30, 2025, at 12:00pm PT. Quotes shall only be accepted through electronic mail addressed to the Contract Specialist at eadam@usgs.gov. All quote documents required by this solicitation must be uploaded and received in their entirety no later than Monday, May 5, 2025, at 12:00pm. Quotes submitted by hardcopy or any web portal shall not be accepted or considered. RELEVENT INFORMATION The North American Industry Classification System (NAICS) code 561210 defined as Facilities Support Services, and associated size standard $47.0 million applies to this announcement, along with Product Service Code M1HB, Operation of Government-Owned Government-Operated Facilities. This requirement is subject to the Service Contract Labor Standards Wage Determination# 2015-5535. For further information, please contact Elizabeth Adam, Contract Specialist, at (916) 278-9441 or eadam@usgs.gov. Period of performance and/or delivery dates are estimates only. Estimated Period of Performance Base Year: June 01, 2025, to May 31, 2026 Option Year 1: June 01, 2026, to May 31, 2027 Option Year 2: June 01, 2027, to May 31, 202 Offerors are to include technical information including work plan, CV, experience, past performance, references with their quotes. Quotes will be evaluated by factors including technical expertise, experience, price, past performance, and references. Offerors shall return the following: - Signed SF-18 - Signed Amendment - Firm, fixed price quote - Technical information including work plan, CV, experience, past performance, references - Proof of Liability Insurance - System for Award Management Unique Identification Entity (SAM UEI) Attached Pages: - Performance Work Statement - Clauses and Provisions It is the responsibility of all interested parties to check back periodically for any amendments to the solicitation. All amendments must be signed and included when the quote is submitted. All interested parties must be registered and have an active registration in the System for Award Management (SAM) at the time of submitting a quote to be considered for an award of a federal contract. For information, review the SAM website at https://www.sam.gov. Please submit Unique Entity Identification (UEI) number with quote.) System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services. Agencies will not consider or use these representations. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a894daa88d214e509269edb71771c2bb/view)
 
Record
SN07420117-F 20250426/250424230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.