Facilities Support Services

The US Department of Energy (DOE), National Nuclear Security Administration (NNSA) has a continuing requirement for Facilities Support Services in Albuquerque, NM & Ft. Smith, AR.

Solicitation Summary

The US Department of Energy (DOE), National Nuclear Security Administration (NNSA) has a continuing requirement for Facilities Support Services in Albuquerque, NM & Ft. Smith, AR.

Solicitation in a Nutshell

Item

Details

Agency The US Department of Energy (DOE), National Nuclear Security Administration (NNSA)
Solicitation Number N/A
Status Pre-RFP
Solicitation Date 06/2024 (Estimate)
Award Date 01/2025 (Estimate)
Contract Ceiling Value $50,000,000.00
Solicitation Number N/A
Competition Type 8(a) Set-Aside
Type of Award IDIQ – Agency Specific
Primary Requirement Facility Support Services
Duration TBD
Contract Type Firm Fixed Price,Indefinite Delivery Indefinite Quantity,Time and Materials
No. of Expected Awards N/A
NAICS Code(s):
561210

Facilities Support Services
Size Standard: $47.0 million annual receipts

Place of Performance:
  • Fort Smith, Arkansas, United States
  • Kirtland Air Force Base, New Mexico, United States
Opportunity Website: N/A

Background

The NNSA AC-SFO, OST, and the OST-TRACOM-TSTS facilities are comprised of a total square footage of 689,551 as annotated within each individual PWS. All locations include facilities that range in age from 20 to 60 years old, some modular buildings, an aviation hangar, limited areas, and other miscellaneous facilities that were built from approximately 1940 to the present. Site infrastructure systems are a combination of aged and new material and are considered to be in fair to good condition. These facilities include but are not limited in their support of electrical; gas; sewer; heating, ventilation and air conditioning (HVAC); water; and fire suppression systems.

Requirements

  • The Contractor shall provide predictive, preventive, and corrective Facilities Maintenance services on Kirtland AFB, New Mexico, and Ft. Smith, Arkansas to include Grounds Maintenance and Custodial in support of the U.S. Department of Energy (DOE)/National Nuclear Security Administration (NNSA)
  • The 2 sites include:
    • Albuquerque Complex/Sandia Field Office (AC-SFO) in Albuquerque, NM
    • Office of Secure Transportation (OST) in Albuquerque, NM
    • OST Transportation Training Command/Transportation Safeguards Training Site (OST-TRACOM-TSTS) in Ft. Smith, AR
  • Facilities maintenance services at both locations comprise a total of 689,551 square feet (sq/ft) of maintenance and support services requirements (AC-SFO at 346,789 sq/ft, OST at 187,000 sq/ft, and OST-TRACOM- TSTS at 155,762 sq/ft) and over 50 buildings, 32 modular buildings, 15 Golan/bunkersm and 2 walkways
  • Continued facility support services and overall management is required to ensure DOE/NNSA facilities and infrastructure at each location are maintained and operated effectively and efficiently
  • The required services include electrical, heating, ventilation, and air conditioning (HVAC), plumbing, pest control management, fire protection systems, keys and lock maintenance, grounds maintenance, janitorial, billeting, mail room, vehicle support, and shipping and receiving services as identified in this work statement and in the individual task order work statements
  • The work shall comply with all applicable Federal, State, and Environmental, Safety and Health local regulations
  • The Contractor shall be responsible for interfacing with other government agencies including, but not limited to, KAFB, City of Albuquerque, Fort Chaffee, City of Fort Smith, and all other state, local and Federal agencies, as required
  • The Contractor shall manage the total work effort associated with the operation of all facilities at each site and all other services required and identified within each task order to ensure adequate and timely completion of all PWS requirements. The requirements consist of a full range of management and administrative duties typically found in the commercial marketplace. These duties include, but are not limited to payroll, purchasing, human capital management, property, employee training, planning, scheduling, cost accounting, environmental safety and health, security, financial services, report preparation, establishing and maintaining records, and quality control (QC). The Contractor shall provide its staff with the necessary management expertise to assure the performance of the work requirements
  • The Contractor shall respond in person during normal core duty hours as defined under each separate task order, within 30 minutes of the Contracting Officer or respective COR’s notification. After normal duty hours including weekends and designated Federal holidays, the Contractor shall be available to respond within one hour of the Government’s notification
  • The Contractor shall prepare a Quality Control Plan (QCP) that includes a description of the inspection system, which will be used to evaluate the services specified under this PWS along with its proposal. The QCP will be finalized in coordination with the Government during 30-day transition period. The QCP shall outline the performance measures to be used by the Government to access Contractor performance identified. The results of the assessment will provide data to be used by the Government in preparing the evaluation of Contractor performance specified in the Federal Acquisition Regulations, subpart 42.15, “Contractor Performance Information.”
  • The Contractor shall provide a sufficient level of personnel to satisfactorily perform the contract and associated task order. Services shall be performed typically Monday through Friday during the core hours of 7:30 a.m. to 4:30 p.m. (or unless otherwise instructed by the respective COR) with expected deviations from these days and hours
  • The Contractor shall instruct its employees in utility/energy conservation practices. The Contractor shall be responsible for performing work with consideration for energy efficiency which would preclude the waste or misuse of energy per the Farm Security and Rural Investment Act of 2002 (FSRIA), or as specified in the contract or each individual task order PWS

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.