Washington, DC Bids > Bid Detail

Sources Sought for Title V Emissions and Related Services at Heating Operations Transmission Division

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159273037387843
Posted Date: Aug 22, 2023
Due Date: Sep 5, 2023
Solicitation No: SSNHOTD20230822
Source: https://sam.gov/opp/5287b600e8...
Follow
Sources Sought for Title V Emissions and Related Services at Heating Operations Transmission Division
Active
Contract Opportunity
Notice ID
SSNHOTD20230822
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS NCR REPAIR&ALTERATION CTR 3
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 22, 2023 02:07 pm EDT
  • Original Response Date: Sep 05, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1AA - MAINTENANCE OF OFFICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Washington , DC 20024
    USA
Description

This is a Sources Sought Notice intended for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.





Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate contractors for the following proposed procurement.





The NAICS code applicable to this proposed procurement is 561210 and the size standard is $41.5 million.





The General Services Administration (GSA), Public Buildings Service (PBS), Region 11, has identified a need for Title V Emissions and Related Services at GSA's Heating Operation and Transmission Division (HOTD), including maintenance, inspection, repair, and technical support. The scope of this proposed procurement includes the provision of all of the following services: The contractor would be responsible to provide services including but not limited to Maintenance Service Agreement for Continuous Emissions Monitoring System (CEMS) and Proprietary Data Acquisition and Handling System Software for the GSA Central Heating and Refrigeration Plant (GSA-CHRP), CEMS Relative Accuracy Test Audit (RATA) Service, Annual Boiler Tuning Service, Preventive Maintenance and Linearity Testing Services for the CEMS and Opacity Monitors, and Laboratory Services for Natural Gas Analysis.





The successful contractor is required to have a specialized knowledge of the EPA NOX Budget Program and the proprietary Environmental Systems Corporation CEMS Data Acquisition and Handling System Software (StackVision). The successful contractor should also be well knowledgeable of EPA environmental regulations and policies. Contractor shall have several year experiences doing this type of work for industrial and utility companies.





The contractor shall provide all of the necessary equipment, labor, and supervision to perform site visits for preventive maintenance and linearity calibration and testing of the CEMS for NOx, O2, CO, and testing of the Continuous Opacity Monitoring System (COMS) for each of the six boilers at the GSA CHRP as specified in 40 CFR Part 75. The contractor shall provide material, equipment, manpower, and supervision to perform boiler tuning and /or combustion analysis while the boilers are operating on natural gas or No. 2 grade, ultra-low sulfur diesel fuel oil.





The contractor will also be responsible to perform Relative Accuracy Test Audits (RATA) which compares emissions and other applicable data from a facility's Continuous Emissions Monitor System (CEMS) to a simultaneously collected reference method test data in order to assess the accuracy of the GSA-CHRP CEMS readings.





The Contractor shall also provide management, labor, supervision, vehicles, equipment, and materials to perform administration and technical support for inspections, preventive maintenance, and is responsible for the efficient, effective, economical, and satisfactory scheduled and unscheduled maintenance, and minor repairs/replacement of equipment and systems located within the property line of the Central Heating and Refrigeration Plant (CHRP).





Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses, using the format described below:






  1. Corporate Information Identification




  • Company name and company address

  • Point of contact, phone, and email address

  • The firm’s business type and size for NAICS Code 561210 (Facilities Support Services)

  • Confirmation of registration in System for Award Management (Provide UEI)







2. Capabilities Narrative




  • Please indicate the area(s) of Washington, DC or in the National Capital Region portion of the Washington Metropolitan Area, your firm currently performs service. If services are not currently performed throughout Washington, DC, please indicate your firm’s interest and capability to do so. If you do not have experience in The National Capital Region portion of the Washington Metropolitan Area, please describe your approach for assimilating into this market, including recruiting for staffing and subcontractor needs.








    • Indicate if your firm would be interested in these opportunities as a prime contractor, or a Contractor Teaming Arrangement (CTA)?

    • Provide information in sufficient detail regarding previous experience on Industrial Maintenance and Related Services requirements. Detailed information must include the following:








  1. Description of the services performed.

  2. Identify the number of buildings and location of the buildings covered by the contract.

  3. Indicate which services were self-performed and which were subcontracted.

  4. Provide square footage of individual buildings and aggregate building square footage.

  5. Identify if the project was a government or commercial requirement.

  6. Include the type of space within the building(s).

  7. Identify the term of contract, including start and end date.

  8. Annual and aggregate contract value.





Please limit responses to no more than fifteen (15) pages and submit in either Microsoft Word or PDF file format. It is recommended to submit the information in the format as outlined above to minimize the effort of the respondent and structure the responses for ease of analysis by the Government.





Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. 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 your response. After review of the information received, a solicitation may be published in the BETA SAM Contract Opportunities or via the Federal Supply Schedule (FSS) in the Governmentwide point of entry: GSA eBuy. A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer.





Responses must be submitted by email to Ingrid Blair at Ingrid.blair@gsa.gov and Christopher Halstead christopher.halstead@gsa.gov on or before September 5, 2023, at 05:00 PM, EST.


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • 301 7TH STREET SW
  • WASHINGTON , DC 20407
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 22, 2023 02:07 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >