Montana Interstate Facilities Engineering and Full Facilities Services
ID: 47PJ0024R0108Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R8 ACQUISITION MANAGEMENT DIVISIONLAKEWOOD, CO, 80225, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the Montana Interstate Facilities Engineering and Full Facilities Services contract, which encompasses operations and maintenance for federal properties in the Billings-Bozeman-Butte area of Montana. The procurement aims to establish a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract that includes a range of services such as facilities engineering, custodial work, landscaping, and snow removal, with a performance period from February 1, 2025, to June 30, 2029, and options for extension. This initiative is critical for maintaining high-quality facility operations and supporting local businesses, with a total small business set-aside, inviting qualified offerors to submit proposals by October 4, 2024. Interested parties can contact Dylan White at dylan.white@gsa.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Battin U.S. Courthouse in Billings, Montana, is seeking vendors for snow and ice removal, as well as landscaping services. The scope of work includes all areas within the specified red boundary line, encompassing the courthouse grounds. Vendors are expected to provide these services in accordance with the contract terms, ensuring the efficient and timely removal of snow and ice, and maintaining the landscaping to a presentable standard. This procurement aims to secure reliable and responsive vendors who can ensure the safety and aesthetics of the courthouse premises during winter months and throughout the year.
    The Bozeman Federal Building and U.S. Post Office are seeking vendors for snow and ice removal, as well as landscaping services, for the areas within the specified red boundary line encompassing 10 East Babcock Street, Bozeman, MT 59714. The scope of work includes routine maintenance to ensure safe and accessible grounds during winter months and a well-maintained landscape during the growing season. Vendors are expected to provide these services in accordance with the contract specifications, ensuring timely and efficient work that adheres to any outlined quality standards and industry best practices. While specific contract details and dates are not mentioned, the primary objective of this procurement is to secure reliable and capable vendors for these essential facilities management services.
    The Mansfield Federal Building and U.S. Post Office in Butte, Montana, is seeking contractors for snow and ice removal, as well as landscaping services. The scope of work includes all areas within the specified red boundary line, encompassing the building's perimeter. Contractors will be responsible for maintaining the grounds and ensuring safe access during winter months through prompt snow and ice management. While specific details on contract type, value, and deadlines are not provided in this excerpt, the primary focus of this procurement is to secure reliable and efficient grounds maintenance services for the federal facility.
    This document, titled "Building Information Sheets," serves as a comprehensive data collection instrument for gathering essential statistics and details about federal buildings, specifically the James Battin U.S. Courthouse in Billings, Montana. The information is intended to assist in procurement and contract management for operations and maintenance. The building has approximately 146,669 square feet of space across five floors, a penthouse, and an underground garage. The normal operating hours are from 6:00 a.m. to 5:00 p.m. The building houses multiple agencies, including judicial and law enforcement entities, with an approximate occupancy of 80 people. The document covers a wide range of topics, from basic building data to specific system details, such as fire alarm devices, security systems, plumbing fixtures, and historical and aesthetic attributes. It also inquires about major alteration projects, environmental considerations, and the presence of hazardous materials like asbestos and lead. The sheet further delves into building automation systems, critical equipment, and historical repair and service request information. The goal is to capture a detailed snapshot of the building's characteristics to facilitate effective facility management, maintenance, and potential vendor engagement for services or upgrades.
    The Bozeman Federal Building & U.S. Post Office in Bozeman, Montana, is the subject of this building information sheet, which provides an extensive overview of the property's key features and attributes. The building, constructed in 1966, comprises five floors above ground and one below, including a mechanical penthouse, serving approximately 115 occupants from three federal agencies. The sheet covers a range of topics, including building statistics, environmental factors, maintenance, and security. Regarding procurement, the document hints at potential needs for maintenance, repair, and alteration services, as well as the regular testing of critical systems and equipment. Specific areas of focus include the fire alarm system, with a detailed breakdown of device counts, and the generator, for which load bank testing details are requested. Additionally, the presence of historical and aesthetic attributes, such as artwork, statues, and artifacts, indicates a need for contractors to exercise caution during maintenance and repair work. The sheet also inquires about the existence of child care centers, cafeterias, and concessions, along with associated equipment like grease traps. While not explicitly stating procurement objectives, the comprehensive nature of this building information sheet serves as a valuable resource for contractors and vendors, providing insights into the potential scope of work and areas where goods or services may be required to maintain and enhance the functionality and safety of the Bozeman Federal Building & U.S. Post Office.
    This document, titled "Building Information Sheets," serves as a comprehensive overview of the Mike Mansfield Federal Building & U.S. Courthouse in Butte, Montana, providing essential statistics and details for potential contractors. The main objective of this procurement-related exhibit is to offer a clear understanding of the building's characteristics, systems, and maintenance requirements to inform the solicitation process for operations and maintenance (O&M) services. The building, constructed in 1904, comprises 5 floors, totaling 73,336 square feet, and houses 9 different agencies, including U.S. District Courts, U.S. Bankruptcy Court, the Federal Bureau of Investigation, and the U.S. Air Force, among others. The normal operating hours are from 6:00 a.m. to 5:00 p.m., with an approximate occupant count of 114 people. The building is equipped with 2 elevators, a sally port/prisoner elevator, and a freight elevator. Regarding maintenance and systems, the document highlights the presence of asbestos and lead-based paint, as well as the potential for other hazardous materials. Details are provided about the building's automation and critical equipment, including hydronic boilers, water treatment systems, and historical and aesthetic attributes that require careful consideration during work and maintenance. The fire alarm system, security systems, plumbing fixtures, and miscellaneous equipment, such as warranties and roof ages, are also outlined. While specific contract details and evaluation criteria are not mentioned, this exhibit forms a crucial part of the procurement process by offering a thorough building assessment to prospective contractors, ensuring they have the necessary information to develop informed and comprehensive proposals for the operations and maintenance of this federal facility.
    The document outlines a Performance-Based Work Statement (PWS) related to operations and maintenance services for three federal properties located in Montana. It emphasizes the requirements for facilities engineering, custodial services, landscaping, and snow removal, aiming for effective management of government assets while prioritizing tenant satisfaction. The contract specifies responsibilities for operations and maintenance, including HVAC, electrical systems, fire safety systems, and custodial services, while delineating excluded services such as tenant-specific equipment maintenance. Key aspects include promoting a partnership between the contractor and the General Services Administration (GSA), emphasizing systems thinking in operations, and maintaining sustainability throughout management practices. Personnel qualifications are detailed, requiring certified staff with relevant experience to ensure compliance with federal and state regulations. Monitoring and quality assurance mechanisms are stipulated to uphold service effectiveness. Overall, the document reflects the GSA’s commitment to enhancing operational efficiency and tenant experiences through comprehensive service coverage and thorough management processes. This PWS serves as a critical tool in the competitive landscape of federal contracts, aligning with broader government objectives for efficient facility management.
    This Request for Proposal (RFP) outlines the U.S. General Services Administration's (GSA) requirements for a contractor to provide operations, maintenance, grounds, custodial, and related services for three federal facilities in Montana. The scope of work encompasses a range of services, including facilities engineering, landscaping, snow removal, and custodial duties. The contractor will be responsible for managing and maintaining various building systems, such as HVAC, electrical, plumbing, fire protection, and security. They will also handle service requests, perform repairs, and ensure tenant satisfaction. The RFP emphasizes the importance of partnering between GSA and the contractor, with a focus on sustainable practices and energy efficiency. The contractor must adhere to strict personnel requirements, providing qualified and certified staff to ensure the timely and efficient delivery of services. The RFP includes detailed specifications, performance metrics, and reporting guidelines.
    The General Services Administration (GSA) has issued a Request for Proposal (RFP) for Montana Interstate Facilities Engineering and Full Facilities Services, as outlined in Solicitation No. 47PJ0024R0108. The document emphasizes the need for offerors to provide details of their relevant experience, particularly through the submission of up to three Similar Projects. Each project must display qualifications in operations and maintenance services, firm-fixed pricing, and management of facilities located at least 100 miles apart, among other criteria. The evaluation will prioritize specific experiences related to sustainability, quality management systems, and enhancements to predictive maintenance programs. Offerors must address how their past work aligns with the government’s National Operations & Maintenance Specifications, providing clear and substantiated examples. The submission is restricted to five pages, emphasizing depth and detail over breadth. This restructuring aims to identify qualified contractors to effectively manage and maintain government facilities in the Billings-Bozeman-Butte areas of Montana.
    The General Services Administration (GSA) has issued a Request for Proposal (RFP) for Montana Interstate Facilities Engineering and Full Facilities Services in the Billings-Bozeman-Butte area as part of Solicitation No. 47PJ0024R0108. Offerors must provide relevant experience information for up to three similar projects focusing on operations and maintenance services, requiring prime contractor performance over at least six months within the past seven years, and conducted on a firm-fixed-price basis. The RFP specifies that submitted projects should illustrate the offeror's qualifications, emphasizing sustainability programs, quality management systems, and innovations in predictive or preventive maintenance beyond established client standards. Offerors must ensure responses are detailed and specific, demonstrating their depth of experience related to the services outlined in the RFP, while adhering to a five-page limit for the relevant experience section. This initiative reflects the GSA's commitment to securing experienced contractors for effective facility management across multiple locations, maintaining compliance with federal regulations and enhancing operational efficiencies.
    The General Services Administration (GSA), through its Public Buildings Service Region 8, has released a Request for Proposal (RFP) for a contractor to provide facilities engineering and full facilities services for interstate facilities in Montana, specifically in the areas of Billings, Bozeman, and Butte. The RFP attachment focuses on evaluating offerors' relevant experience, allowing them to list up to three Similar Projects to demonstrate their qualifications. ## Procurement Objective: The primary objective is to procure operations and maintenance services for facilities used for professional services, excluding those primarily related to retail, wholesale, manufacturing, or residential functions. This includes managing facilities located at least 100 miles apart and potentially includes historic properties or those undergoing modernization projects. ## Specifications and Requirements: Offerors must provide details of Similar Projects, demonstrating experience in operations and maintenance, with specific emphasis on sustainability programs, quality management systems, and improvements to predictive or preventive maintenance programs beyond standard requirements. ## Scope of Work: The contractor will be responsible for managing and maintaining facilities in the specified regions, potentially including historic or modernizing buildings. They will need to demonstrate experience in similar projects, including sustainability initiatives, quality management, and enhancements to maintenance programs. ## Contract Details: While not explicitly stated, the contract is likely to be firm-fixed-price, as this is a requirement for Similar Projects listed by offerors. ## Key Dates: The RFP includes no specific dates, focusing solely on evaluating offerors' relevant experience. ## Evaluation Criteria: The evaluation will be based on the offerors' responses to the questions and prompts in Section 3, where they must provide specific and detailed responses demonstrating how their experience relates to the scope and complexity of the National Operations & Maintenance Specification for Montana Interstate Facilities Engineering and Full Facilities Services.
    The General Services Administration (GSA), Public Buildings Service Region 8, seeks to procure facilities engineering and full facilities services for the Montana Interstate, encompassing the cities of Billings, Bozeman, and Butte. This RFP attachment focuses on past performance evaluation, with the goal of assessing the capabilities and experience of potential vendors. The scope of the procurement includes operations, maintenance, and management of the facilities, with an emphasis on technical solutions, timeliness, quality management, and overall performance. The document outlines instructions for vendors to provide references and for references to complete a Past Performance Questionnaire (PPQ). The PPQ evaluates the contractor's technical solutions, timeliness, quality management system, management capabilities, and overall satisfaction. References are to provide ratings and narrative responses, detailing the contractor's performance, any issues, and additional valuable insights. The PPQ serves as a tool for GSA to assess the vendor's ability to effectively deliver facilities engineering and management services, ensuring timely, efficient, and satisfactory performance. Key dates include a submission deadline of September 20, 2024, for the completed PPQ and relevant information. This attachment is a critical component of the RFP, allowing GSA to evaluate past performance and make informed decisions regarding the award of the contract for facilities services in the Montana Interstate region.
    This self-survey checklist aims to assess an organization's Quality Management System (QMS) maturity and certification status. The objective is to procure services that will enhance and maintain a robust QMS, ensuring compliance with external regulations and internal quality standards. The scope of work includes evaluating the organization's QMS documentation, procedures, and compliance. The checklist covers essential aspects of a comprehensive QMS, including document and records control, customer feedback mechanisms, corrective and preventive actions, root cause analysis, internal audits, and management reviews. The organization is expected to provide detailed responses and supporting documentation, particularly for positive responses requiring procedural and documentation compliance evidence. While contract details are not specified, the survey completion section emphasizes compliance with requirements and includes a certification statement, underscoring the importance of accurate and complete information. Critical dates, such as the issue date (05/20/2024) and expected response deadlines, are implied through the survey's structure and purpose. This procurement focuses on assessing the organization's QMS maturity and identifying areas for improvement to ensure the delivery of consistent, high-quality services that meet external and internal standards.
    The document provides wage determinations under the U.S. Department of Labor's Service Contract Act, specifically regarding minimum wage rates for federal contracts in Montana. It includes specific wage rates for various occupations based on two key Executive Orders: Executive Order 14026, which mandates a minimum wage of $17.20 per hour for contracts entered after January 30, 2022, and Executive Order 13658, which sets a lower rate of $12.90 for contracts awarded between January 1, 2015, and January 29, 2022. The wage determination lists specific occupation titles with corresponding wage rates and fringe benefit requirements for workers, highlighting occupational categories from administrative roles to health services. Additional notes mention the applicability of paid sick leave under Executive Order 13706, as well as guidelines for unlisted classifications and conformance requests. This document aims to ensure compliance with labor standards and worker protections in government contracting, presenting critical details necessary for contractors operating in Montana.
    This file contains two wage determinations for the U.S. Department of Labor's Service Contract Act, outlining the minimum wage rates and fringe benefits for various occupations in specific areas of Montana. The determinations are revisions made on May 8, 2024, with the previous revision dates not specified. Here's a summary of the key procurement details: ## Wage Determination No. 2015-5389: **Procurement Objective:** This wage determination sets the minimum wage rates and fringe benefits for service employees working on contracts with the federal government in Montana's Carbon, Golden Valley, and Yellowstone Counties. **Specifications and Requirements:** The determination covers a wide range of occupations, including administrative, automotive, food service, health, information technology, transportation, and technical occupations, among others. Each occupation is assigned a specific wage rate, with some workers entitled to a higher minimum wage under Executive Orders 14026 or 13658. **Scope of Work:** Contractors and subcontractors are required to pay their service employees in accordance with the wage rates and fringe benefits specified in the determination. This includes paying employees performing on the contract at least the applicable minimum wage rate required under Executive Orders. **Contract Details:** N/A **Key Dates:** Revision date: May 8, 2024. **Evaluation Criteria:** N/A ## Wage Determination No. 2015-5399: **Procurement Objective:** Similar to the previous determination, this wage determination establishes the minimum wage rates and fringe benefits for service employees working on federal contracts in several counties in Montana, including Beaverhead, Broadwater, Gallatin, and Lewis and Clark, among others. **Specifications and Requirements:** It covers a similar range of occupations, with specific wage rates assigned to each. The determination also notes that some workers may be entitled to higher minimum wages under Executive Orders. **Scope of Work:** Contractors and subcontractors must comply with the specified wage rates and fringe benefits for their service employees working on federal contracts in the designated counties. **Contract Details:** N/A **Key Dates:** Revision date: May 8, 2024. **Evaluation Criteria:** N/A
    The provided file details a request for proposals (RFP) for a contract related to the Montana Interstate Facilities Engineering and Full Facilities Service. The General Services Administration is seeking a contractor to provide comprehensive management, supervision, resources, and services for a range of facilities in Montana over a potential contract period of four years and ten months. This includes a base year, three one-year follow-on periods, a five-month follow-on period, and an option for a six-month extension of services. The contractor will be responsible for supplying all necessary parts, components, materials, labor, subcontracts, supplies, tools, and equipment to meet the specifications outlined in the RFP. The pricing sheet provided in the file serves as a template for offerors to submit their proposed prices for the required services. It covers various categories, such as basic services, O&M ODCs, miscellaneous work, emergency call-back services, and labor rates for different periods. Offerors are expected to populate the relevant fields, ensuring that their proposed costs align throughout the pricing sheet. While specific technical specifications are not provided, the RFP emphasizes the need for fully burdened labor rates, which include labor burdens, G&A, and profit. Offerors are also instructed to avoid blending labor rates and to provide details if the fully burdened rates vary during the contract due to changes in collective bargaining agreements. The RFP includes a breakdown of labor costs, including base wage rates, FICA, FUTA, SUI, 401k/pension, insurance, and other benefits. The file also includes a section on limitations on subcontracting, with fields for both subcontracted and self-performed labor totals for each period. Additionally, there is a detailed breakdown of other direct costs (ODCs) for each location, including tools and equipment, parts and materials, subcontract costs, and other costs such as communications, uniforms, and vehicle maintenance. The evaluation criteria are not explicitly mentioned, but the RFP emphasizes the importance of accurate and complete pricing information, with instructions for offerors to ensure alignment across different categories in the pricing sheet. While contract details are not specified, the file indicates that offerors should include G&A and profit percentages in their proposals. In summary, this RFP seeks a contractor to provide comprehensive facilities engineering and management services for federal buildings in Montana over an extended period, with a focus on transparent and detailed pricing for the various components of the contract.
    The document outlines the Pricing Sheet for the Montana Interstate Facilities Engineering and Full Facilities Services contract, which is structured to solicit proposals for a comprehensive management, supervision, and maintenance service contract. The proposed contract duration spans four years and ten months, including a base year, three option years, and a potential five-month extension with a six-month option for additional services. Offerors must accurately document and provide pricing for various services required by the government in an Excel-based pricing sheet, emphasizing adherence to specific pricing formats to avoid errors. Key components include labor rates which must reflect the effective rates under applicable collective bargaining agreements, including provisions for escalations if necessary. The pricing sheet requires detailed input across multiple categories, including basic services, miscellaneous work, and emergency callback services, with clear specifications on calculating costs accurately. Additionally, the terms impose limitations on subcontracting and require transparent reporting of costs associated with direct labor, overhead, profit, and other direct costs. This structured approach is designed to ensure accountability, meticulous cost assessment, and compliance for future federal procurement processes.
    This document is part of a solicitation process for engineering and facilities services for interstate facilities in Montana, with a focus on controlled unclassified information (CUI) building information. The procurement objective is to obtain services that will provide engineering and full facilities support, with a specific emphasis on maintaining and safeguarding CUI. The scope of work includes the offeror agreeing to strict controls and handling procedures for CUI building information, ensuring its security and proper disposal. While specific technical specifications are not detailed, the offeror is required to adhere to standard procedures for handling and disposing of CUI, with signatures required to acknowledge these obligations. The unique entity identifier (UEI) and employer ID number/federal tax ID number are also mandatory fields, ensuring proper identification of the offeror. Critical dates and contract details are not explicitly mentioned, but the document emphasizes the importance of maintaining the security of CUI building information throughout the process. The evaluation criteria for this aspect likely center on demonstrating a thorough understanding of and commitment to adhering to CUI handling protocols.
    Amendment 0001 to the GSA Solicitation No. 47PJ0024R0108 pertains to the Montana Interstate Facilities Engineering and Full Facilities Services contract. It incorporates updated wage determinations, changes to certain specifications, and modifies instructions for the submission of offers. Key amendments include the replacement of outdated wage determinations with revised versions and adjustments to specific section headings in the proposal documentation. Notable updates also clarify the evaluation of past performance, confirming that past performance questionnaires (PPQs) must be used instead of contractor performance assessment reports (CPARs). The amendment further addresses inquiries from potential offerors, clarifying aspects such as socioeconomic set-asides, specific page limits for proposal sections, and responsibilities regarding maintenance and repair actions. Importantly, it extends the proposal submission deadline from September 20, 2024, to October 4, 2024, allowing offerors additional time to incorporate the issued clarifications into their proposals. Overall, this document underlines compliance with federal contracting standards while enhancing transparency and clarity for participating contractors.
    This document serves as Amendment 0002 to GSA Solicitation No. 47PJ0024R0108 for Montana Interstate Facilities Engineering and Full Facilities Services, establishing an indefinite-delivery, indefinite-quantity contract. Issued on September 17, 2024, the amendment details crucial updates, including changes in reference sections and past performance definitions within the Request for Proposal (RFP). Notable amendments involve replacing references from Section M to Part F, altering the page limit for submissions regarding relevant experience from ten to five pages, and providing specifics on past performance evaluation criteria. Additionally, various grammatical and formatting errors have been corrected. The document incorporates responses to numerous inquiries addressing responsibilities related to contract provisioning, security clearance for contractor employees accessing FBI areas, maintenance responsibilities for equipment, and specific environmental and operational standards. Importantly, it reaffirms the requirement for offerors to acknowledge the amendment in their proposals. This document reflects the necessity for clarity in the bidding process while adhering to federal regulations and ensuring the efficient management of government resources. It aims to enhance the quality and relevance of submitted proposals for the contract in question.
    The U.S. General Services Administration (GSA) is seeking a contractor to provide full facilities services for various GSA-owned properties in the Montana cities of Billings, Bozeman, and Butte. This includes facilities engineering, operations and maintenance, custodial services, landscaping, grounds maintenance, snow removal, and integrated pest management. The GSA intends to award a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract to the offeror presenting the best value solution. The contract period of performance is anticipated to be from February 1, 2025, to January 31, 2026, with four one-year options and an additional five-month option. There is also an option to extend services for up to six months. The proposal deadline is September 20, 2024, with an expected award date around December 2024. The contractor will be responsible for a range of tasks, including but not limited to: engineering, operations, maintenance, repairs, and alterations; custodial services; landscaping and grounds maintenance; snow removal; and integrated pest management. The contractor must also provide personnel, equipment, transportation, tools, and other services necessary to perform these tasks. The GSA will issue task orders for Additional Work, which includes any work within the contract's scope that is not part of the Basic Services. The labor rates, amounts, prices, overhead, and profit in the Pricing Sheet are incorporated into the contract, and the contractor may propose more favorable rates. The contract includes various standard government contract clauses, such as those related to inspection/acceptance, changes, disputes, excusable delays, invoice, patent indemnity, payment, risk of loss, taxes, termination, title, warranty, and compliance with laws. It also includes clauses related to basic safeguarding of contractor information systems, assignment, and unauthorized obligations. The total estimated value of the contract is not provided, but the RFP includes detailed instructions for offerors, evaluation factors for award, and contract terms and conditions.
    The Montana Interstate Facilities Engineering and Full Facilities Services Request for Proposal (RFP) aims to establish a single-award indefinite-delivery, indefinite-quantity (IDIQ) contract to deliver comprehensive facilities services, including engineering, maintenance, custodial work, landscaping, and snow removal for various GSA-PBS properties in the Billings-Bozeman-Butte area of Montana. The contract's performance period spans from February 1, 2025, to June 30, 2029, with options to extend services for an additional six months if needed. This solicitation, designated as a total small business set-aside, invites qualified offerors to submit proposals by October 4, 2024. The RFP outlines specific instructions for proposal preparation, detailing the contractual terms, pricing structures, and required qualifications. Additionally, it emphasizes the government's intention to transition smoothly between current contractors and the awarded vendor while ensuring compliance with regulations and standards. The contract’s framework underpins the government's commitment to maintaining high-quality facility operations and supporting local businesses through procurement opportunities.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    0MT2222 - General Services Administration (GSA) seeks to lease space in Kalispell, MT
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Kalispell, Montana, with specific requirements for the space to accommodate government operations. The desired space must range from 6,293 to 6,775 square feet, be located within the city limits of Kalispell, and include a minimum of 40 public or commercial parking spaces within a quarter-mile walking distance. This procurement is crucial for ensuring that government personnel have a suitable and accessible working environment, adhering to various safety and zoning regulations. Interested parties must submit their expressions of interest by October 2, 2024, with occupancy anticipated by December 1, 2025. For further inquiries, contact Veronica R. Montoya at veronica.r.montoya@gsa.gov or by phone at 213-629-6557.
    Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract for Construction, Repair, and Alteration, with Design-Build and incidental Abatement for GSA/PBS Region 7
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for a Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order Contract focused on construction, repair, and alteration services, including design-build and incidental abatement, for facilities within GSA/PBS Region 7. This procurement is exclusively set aside for small businesses and encompasses various geographic zones across Arkansas, Louisiana, New Mexico, Oklahoma, and Texas, with task orders ranging from $2,000 to $5,000,000. The contracts will be awarded based on a best value approach, emphasizing technical merit and past performance, with a total potential contract duration of five years. Interested contractors must submit their proposals by October 16, 2024, at 9:00 AM Central Time, and are encouraged to direct inquiries to Tamara Trotter at tamara.trotter@gsa.gov.
    Janitorial Services - Billings Logan Air Traffic Control Tower (BIL ATCT)
    Active
    Transportation, Department Of
    The Department of Transportation, through the Federal Aviation Administration (FAA), is seeking proposals for janitorial services at the Billings Logan Air Traffic Control Tower (BIL ATCT) in Billings, Montana. The contract will cover a base year starting November 1, 2024, with options to extend for four additional years, concluding on October 31, 2029. This procurement is a total small business set-aside, adhering to a business size standard of $22 million, and aims to ensure the cleanliness and hygiene of FAA facilities, which is critical for operational efficiency and safety. Interested contractors must submit their proposals by October 2, 2024, and direct any questions to the primary contacts, Darnell Shelton and Melinda Davis, via email by September 20, 2024.
    Snow Removal Services MT001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for snow removal services at a designated site in Billings, Montana, under Solicitation Number W911SA25Q3008. The contract requires the provision of all necessary labor, materials, and equipment to ensure safe conditions on roadways, parking lots, loading docks, and sidewalks from November 1, 2024, to October 31, 2025, with options for four additional years and a potential six-month extension. This procurement is critical for maintaining operational efficiency during winter months, emphasizing the importance of timely and effective snow management services. Interested small businesses must submit their quotes by the specified deadline and ensure compliance with all documentation requirements; for inquiries, contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil.
    Flathead NF Hungry Horse RD Snow Removal Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is soliciting proposals for snow removal services at the Hungry Horse Ranger District in Montana. The contract encompasses snow removal, sanding, and snowbank removal, with a performance period from December 1, 2024, to November 30, 2029, including options for up to four additional years. This service is critical for maintaining accessibility and safety in the area, ensuring that operations can continue smoothly during winter months. Interested small businesses must submit their technical proposals and price quotations by the specified deadline, and they can contact Brenda G. Dwyer at brenda.dwyer@usda.gov for further information regarding the solicitation.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Active
    Transportation, Department Of
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    GRD Janitorial Services
    Active
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for multiple facilities within the Glacier Ranger District (GRD) in Girdwood, Alaska. The procurement aims to establish a Firm Fixed Price service contract that encompasses comprehensive cleaning services, including standard, deep, and emergency cleaning, to maintain a clean and safe environment for staff and the public. This initiative is critical for ensuring compliance with health and safety standards while promoting small business participation in federal contracts. Interested contractors must submit their proposals electronically by September 23, 2024, and can direct inquiries to Veronica Lamboy Santana at Veronica.LamboySantana@usda.gov or Raymond Padgett III at raymond.padgett@usda.gov.
    RMO22964 Bolling Cooling Tower IRA
    Active
    General Services Administration
    The General Services Administration (GSA) is soliciting contractors for the RMO22964 Bolling Cooling Tower IRA project, specifically under the Public Buildings Service in Kansas City, Missouri. This opportunity is exclusively available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in the Kansas City geographic area. The project involves the repair or alteration of office buildings, which is critical for maintaining government facilities and ensuring operational efficiency. Interested contractors should contact Brett Marek at brett.marek@gsa.gov or 402-813-8956, or Jason Taylor at jason.taylor@gsa.gov or 816-349-9662 for further details regarding access to solicitation documents.
    FY25 Commercial Entrance Control Facility, Malmstrom Air Force Base, Montana
    Active
    Dept Of Defense
    The Department of Defense, through the US Army Corps of Engineers (USACE) Seattle District, is seeking interested contractors for the construction of a Commercial Entrance Control Facility at Malmstrom Air Force Base, Montana. This project, estimated to cost between $10 million and $25 million, involves the design and construction of a large vehicle inspection station, support buildings, and various security features, including vehicle barriers and surveillance systems. The opportunity is particularly aimed at small businesses, including those classified under the 8(a) program, Service-Disabled Veteran-Owned Small Businesses, and others, to ensure broad participation in federal contracting. Interested firms must submit their capabilities packages by October 14, 2024, and should be registered in the System for Award Management (SAM) to be eligible for future contracts. For further inquiries, contact Kyla Couch at kyla.m.couch@usace.army.mil or Curt Stepp at curt.stepp@usace.army.mil.
    Pembina LPOE Ground Maintenance Designated Area of Duty Free Area and parking- Lawn and Snow with Option Year
    Active
    General Services Administration
    Presolicitation GENERAL SERVICES ADMINISTRATION (GSA) is seeking a small business to provide ground maintenance services for the Pembina LPOE Ground. The services include snow and ice removal around the duty free building and outbound parking area, as well as lawn maintenance in the summer. The estimated project cost is between $25,000 and $100,000. The work will take place in Pembina, Pembina County, North Dakota. Interested parties can download the solicitation documents for free from the System for Award Management website. Small business concerns are eligible to compete for this procurement. A site visit can be arranged by contacting Theuns Steyn. The contractor will be required to comply with the appropriate level of security clearance. The Buy American Act applies to this procurement, and trade agreements do not apply. All responsible small business firms may submit a proposal, and the use of the System for Award Management (SAM) is required for proposal submission.