Washington, DC Bids > Bid Detail

Title V Emission and Boiler Tuning Services

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159479388415454
Posted Date: Feb 8, 2024
Due Date: Feb 12, 2024
Source: https://sam.gov/opp/992741c843...
Follow
Title V Emission and Boiler Tuning Services
Active
Contract Opportunity
Notice ID
47PM0024R0004
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 08, 2024 01:10 pm EST
  • Original Published Date: Dec 23, 2023 03:47 am EST
  • Updated Date Offers Due: Feb 12, 2024 01:00 pm EST
  • Original Date Offers Due: Jan 29, 2024 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 27, 2024
  • Original Inactive Date: Feb 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Washington , DC 20228
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice and file attachments. This announcement for the Title V Emissions and Boiler Turning Services constitutes the only solicitation; proposals are being requested and a written Request for Proposal (RFP) is attached.



In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered with the System Award Management system (SAMS). Additionally, each offeror must obtain, and provide with their proposal, their Unique Entity ID.



47PM0024R0004 is issued as a request for proposals (RFP). A Firm-Fixed Price (FFP) will be procured.



This solicitation and contemplated contract incorporate one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of all clauses and provisions may be accessed electrically at: www.acquisition.gov.



This is a Total Small Business Set-Aside (FAR 19.5) solicited under NAICS 561210. The small business size standard for this NAICS is $47M.



This price range for the contract is between $500,000.00 and $750,000.00 for the duration of project (base plus option years).



Please see SF 1449 of the solicitation for the list of contract line item(s) and estimated quantities (including option(s) for this requirement).



The contractor shall furnish all the necessary personnel, material, equipment, and services (except as otherwise specified in the Solicitation) to successfully perform the required for the Title V Emissions and Boiler Tuning services.



The anticipated period of performance is April 1, 2024 through March 31, 2025 for the base year (not including the four (4) one-year option periods). The estimate value for the base and option years. The Title V Emissions and Boiler Tuning Services will be performed at the following location:



Heating Operation & Transmission District,



Central Heating & Refrigeration Plant (HOTD)



13th & C Street, SW, Washington DC



FAR 52.212-1, Instructions to Offerors-Commercial and addendum, applies to this acquisition.



FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. This is a lowest price technically acceptable (LPTA) solicitation. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. For LPTA procurement’s this is done, through the establishment of evaluation factors that will be evaluated on an “acceptable/ go” or “unacceptable / no-go” basis. Proposals are evaluated for acceptability, but not ranked using the non-price factors/sub-factors. In order for an offeror to be awarded the contract, there must be an “acceptable / go” rating in every non-price factor/sub-factor and submit the lowest price. The following non-price factors shall be used to evaluate offers:



1. Management Plan




  • Quality Control Personnel/Primary Service Representative

  • Supporting Back-Office Instrumentation & Maintenance Shop​​​​​



2. Prior Experience & Qualifications



3. Past Performance



A completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be submitted with proposal if not available through SAM at: www.sam.gov.



All interested potential offerors should attend the site visit planned for January 10, 2024. Offerors shall meet in the Lobby at 10 a.m. at the Heating Operation Transmission District Located on 13th & C Street, Washington, DC. The Government will not conduct a second tour of this facility. Please send list with name, job title position, company, email address for all individuals that will be attending the site visit by January 8, 2024, by Close of Business (COB). Please only three (3) individual per company. Offerors/Bidders are notified that the GSA/Heating Operations and Transmission District, Central Heating Refrigeration Plant, 13th & C Streets, SW, Washington, DC, is a controlled entry facility. All visitors are required to sign in on a visitor's log and required to show proof of identification to the security personnel at the building entrance.



All potential offerors are to submit all questions from January 10, 2024, site visit in writing to Mrs. Ingrid J. Blair, Contracting Officer, by January 15, 2024, by the Close of Business (COB) via email: ingrid.blair@gsa.gov.



Potential offerors may direct all inquiries pertaining regarding this solicitation in writing to Mrs. Ingrid J. Blair at ingrid.blair@gsa.gov. A response will not be provided to telephonic requests.



All proposals are to be submitted electronically to Ingrid Blair at Ingrid.blair@gsa.gov . Proposals are due no later than 1 p.m. (EST) on January 29, 2024. Late submissions will not be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2 1800 F STREET NW
  • WASHINGTON , DC 20405
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >