Full Maintenance and Related Services Laredo Texas
ID: 47PH0225R0006Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 SERVICES AND FACILITIES MAINTENANCEFORT WORTH, TX, 76102, USA

NAICS

Facilities Support Services (561210)

PSC

HOUSEKEEPING- FACILITIES OPERATIONS SUPPORT (S216)

Set Aside

8a Competed (8A)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for full maintenance, operations, custodial, grounds, and related services for six federal buildings located in Laredo, Texas. This procurement is a 100% set-aside for 8(a) Small Business Concerns and includes a one-year base period with four one-year option periods, commencing on June 1, 2026, and extending through May 31, 2031. The services are critical for maintaining operational efficiency and safety in federal facilities, ensuring compliance with performance-based standards and sustainability initiatives. Interested contractors must submit their proposals by November 14, 2025, with a pre-proposal meeting scheduled for October 14, 2025, and site visits from October 15-17, 2025. For further inquiries, contact Carmen Weathers at carmen.weathers@gsa.gov or Feann Stephens at feann.stephens@gsa.gov.

    Files
    Title
    Posted
    The "Recycling and Solid Waste Report" (Exhibit C1) is a standardized form for tracking waste and recycling data, likely for government contractors or grantees. It requires detailed reporting on commingled recyclables, glass, food, wood, and yard waste, as well as general solid waste. Key information includes container volume, number of containers, pickup frequency, total volume, conversion factors, total weight, per-ton fees, and total costs for both recycling and waste disposal. The form mandates the use of actual weights or EPA-standard volume-to-weight conversion factors when actual weights are unavailable. All fields must be completed, and pickup frequency is to be reported on a monthly basis. The document emphasizes accurate data collection for waste management and recycling activities.
    The U.S. Courthouse in Laredo, TX (TX0311ZZ) is a three-story facility with a basement, housing approximately 200 occupants who work from 8:00 am to 5:00 pm, Monday through Friday. The building encompasses 125,224 SF of rentable area, with 107,959 SF dedicated to net cleaning. Key interior spaces include 30,091 SF for corridors and lobbies, 7,991 SF for toilet rooms and holding cells with 155 fixtures, 44,400 SF for offices, and 23,629 SF for courtrooms. The facility also features 12 stair flights, 5 passenger elevators, and smaller areas for exercise, labs, and break rooms. The exterior grounds comprise 73,704 SF of landscaped areas, 22,544 SF of paved areas, and 16,030 SF for parking and loading docks. Hand sanitizer dispensers are strategically located throughout the first floor and elevator lobbies on all floors.
    The U.S. Courthouse at 1300 Victoria Street, Laredo, TX (TX0311ZZ) is a three-story facility with a basement, housing approximately 200 occupants with official working hours from 8:00 AM to 5:00 PM, Monday through Friday. The document provides detailed facility statistics, including a total rentable area of 125,224 SF and a net cleaning area of 107,959 SF. It breaks down various internal spaces, such as corridors (30,091 SF), toilet rooms (7,991 SF with 155 fixtures), general offices (44,400 SF), and courtrooms (23,629 SF). The building also features 12 stair flights, 5 passenger elevators, exercise areas, labs, and break areas. External areas include 73,704 SF of lawn, 22,544 SF of paved area, and 16,030 SF for garage and parking. Hand sanitizer dispensers are located at various points on the 1st floor and in elevator lobbies across all floors. This detailed breakdown suggests the document is part of a solicitation for facility management, maintenance, or cleaning services for the courthouse.
    This document outlines the U.S. General Services Administration's (GSA) Quality Assurance Surveillance Plan (QASP) for evaluating contractor performance in federal government operations and maintenance services. It defines the roles of Government officials, including the Contracting Officer's Representative (COR) and Contracting Officer (CO), in monitoring and assessing contractor performance using the Contractor Performance System (CPS). The plan identifies specific services for evaluation, such as existing deficiency lists, building operating plans, maintenance programs, and safety. Surveillance methods include periodic inspections, tenant interviews, service request documentation, and tenant satisfaction surveys. The GSA-3423 form or CMMS work orders will be used for documenting inspections and corrective actions, with monthly reports submitted to the CO. The plan emphasizes establishing performance objectives, quality standards, feedback mechanisms, and procedures for contract price adjustments based on performance.
    This government file outlines the quality assurance surveillance plan for contractor performance in providing operation and maintenance services. It defines the roles and responsibilities of government officials, specifically the Contracting Officer Representative (COR) and the Contracting Officer (CO), in monitoring and evaluating contractor performance. The document details the types of work to be evaluated, including existing deficiency lists, building operating plans, maintenance programs, and safety and environmental compliance. Various surveillance methods are described, such as periodic surveillance inspections, tenant interviews, service request documentation, and tenant satisfaction surveys. The GSA-3423 form or CMMS work order is specified for documenting inspections and corrective actions. The plan emphasizes establishing performance objectives, quality standards, and feedback mechanisms, including procedures for contract price adjustments if services are not met.
    The document outlines reporting requirements for green purchasing, specifically for bio-based and non-bio-based products, under federal contracts. It details the 'Green Purchasing Report' for non-bio-based items, categorizing attributes like CPG, DfE, Green Seal, Env Choice, EcoLogo, and 'Not Green,' with sample cost entries for various products. The 'Green Purchase Report' for annual contractor reporting of designated bio-based purchases is mandated by Section 9002 of the 'Farm Security and Rural Investment Act of 2002,' as amended. This requires federal agencies to prioritize bio-based products and contractors to report such purchases for service and construction contracts. The Federal Acquisition Regulation (FAR) Council implemented these reporting requirements, directing contractors to submit annual bio-based reports to sam.gov by October 31st for CY 2013, with references to relevant USDA and EPA resources.
    The document, "EXHIBIT M2 GREEN PURCHASING REPORT," outlines reporting requirements for bio-based and green product purchases by federal contractors. It details the mandate for federal agencies to prioritize USDA-designated bio-based products under the Farm Security and Rural Investment Act of 2002, as amended, and subsequent Federal Acquisition Regulation (FAR) amendments. Contractors are required to file annual reports on designated bio-based product purchases via sam.gov, with an effective date for reporting changes as of May 18, 2012. The document also includes a non-bio-based purchase report template, listing various product categories like hand cleaners, mulches, oils, and sealers, with columns to indicate attributes such as CPG, DfE, Green Seal, Env Choice, EcoLogo, or Not Green, along with their costs. Resources for green product standards are provided, including links to Green Seal, EPA's Design for the Environment (DfE), EPA-CPG, and GSA Sustainable Facilities Tool (SFtool).
    This government file, "EXHIBIT M3 Environmentally Sustainable Products and GSA Attribute Preferences," outlines product availability and preferences for environmentally sustainable options within federal procurement. It categorizes various products, such as adhesives, cleaners, sealers, and paints, specifying preferable contents (e.g., non-toxic, biobased, low-VOC) and contents to avoid (e.g., SARA 313 chemicals, petroleum distillates, CFCs). The document also indicates whether these products are available through GSA Advantage. The file emphasizes the importance of verifying product claims prior to procurement, highlighting the government's commitment to encouraging the use of safer and more environmentally friendly materials in federal, state, and local projects.
    Exhibit M3 details environmentally sustainable products and GSA attribute preferences for federal procurement, outlining preferable contents and those to avoid for various products. It categorizes products such as adhesives, cleaners, sealers, degreasers, deicers, descalers, fuel additives, graffiti removers, greases/lubricants, light bulbs, mastic, and paints. The document emphasizes non-toxic, low-VOC, and biobased alternatives, while cautioning against SARA 313 chemicals, petroleum distillates, aerosols, and other caustic substances. It also indicates product availability through GSA Advantage, noting that some environmental indicators are vendor-specified and require independent verification before procurement. This exhibit serves as a guide for government agencies seeking to acquire products that meet environmental sustainability standards, aligning with federal green procurement initiatives.
    The GSA Region 7 Building Operating Plan (BOP) Template is a joint document designed for both GSA and contractors to benefit from its data. While GSA is responsible for the plan, the contractor assists by providing necessary data within 60 days of the start date. The template outlines a comprehensive BOP, including building information, equipment operation, HVAC, electrical distribution, energy management, and architectural/structural maintenance. It also covers custodial operations, daily tours, service call procedures, sustainability initiatives, equipment inventory, annual maintenance schedules, and detailed building policies/rules and regulations. Furthermore, the BOP addresses critical health and safety plans, emergency procedures, security protocols, accident prevention, hazardous materials management, and fire prevention. This document serves as a crucial guide for facility management, ensuring operational efficiency, safety, and regulatory compliance.
    The GSA Region 7 Building Operating Plan (BOP) Template is a joint document outlining data for facility management. While GSA is responsible for the plan, the contractor provides necessary data within 60 days of the start date. The template includes a comprehensive table of contents covering building information, equipment, HVAC, electrical, energy management, architectural and structural maintenance, custodial operations, and sustainability. Key sections detail emergency procedures, utility providers, subcontractor information, major equipment operation, and detailed maintenance schedules. It also addresses building policies, health and safety plans, fire safety, medical emergencies, elevator malfunctions, security, hazardous materials, and accident prevention, emphasizing the shared responsibility between GSA and the contractor for maintaining an up-to-date and effective operating plan.
    The GSA Public Buildings Service is implementing Smart Building technologies in approximately 250 buildings to improve operational efficiencies and meet energy reduction mandates. This initiative aims to capture and provide real-time performance data from HVAC/BAS, lighting, and advanced metering systems to O&M Contractors and building support personnel. The trend towards integrated building system technologies, which increasingly rely on software, IT networks, servers, and cloud-based solutions, requires O&M Contractors to adapt their tools, processes, data, and procedures. They will need to proactively leverage real-time data, refine planning, and redefine job roles to effectively support these new technology-dependent building systems. Contractors should monitor developments as more GSA buildings adopt Smart Technologies.
    GSA's Public Buildings Service is implementing Smart Building technologies in approximately 250 buildings to improve operational efficiencies and meet energy reduction mandates. These technologies, which include enhancements to HVAC/BAS, lighting, and advanced meters, aim to provide real-time performance data to O&M Contractors and building support personnel. O&M Contractors supporting these Smart Buildings will need to adapt their tools, processes, data, and procedures to align with GSA's requirements for long-term operational improvements. The trend towards integrated building system technologies, leveraging software, IT networks, servers, and cloud-based solutions, necessitates that O&M staff become more proactive and utilize real-time data to effectively manage facilities. This shift requires thorough planning and a redefinition of processes, procedures, and job roles to optimize the operation of these technologically advanced systems.
    This document, Exhibit M6, outlines mandatory standards and guidelines for water treatment programs in HVAC and domestic water systems within GSA facilities. It details five types of recirculating water loops: open loop cooling, closed loop cooling, steam and condensate, closed loop hot water, and domestic hot and cold water systems. The document specifies various chemical treatment additives—including mineral scale inhibitors, corrosion inhibitors, and biocides—and explains how to set up comprehensive water treatment programs for each system type. It also covers essential water system testing procedures, common water chemistry tests (e.g., conductivity, pH, nitrite, silica), and maintenance parameters, including operating ranges and testing frequencies. The overall purpose is to ensure compliance with federal, state, and local regulations regarding chemical discharge and usage, maintain system efficiency, and prevent issues like scaling, corrosion, and bacterial contamination.
    This document outlines mandatory standards and guidelines for water treatment programs in HVAC and domestic water systems within GSA facilities, applicable to federal, state, and local RFPs. It details five types of recirculating water loops: open-loop, closed-loop, steam and condensate, closed-loop hot water, and domestic hot/cold water systems. The document specifies chemical treatment additives for mineral scale, corrosion, bacteria, and general fouling, alongside oxygen and general corrosion control for steam systems. It provides comprehensive instructions for setting up treatment programs, including monitoring, testing, and maintenance parameters, with specific operating ranges and frequencies. The core objective is to ensure system efficiency, longevity, and compliance with environmental regulations.
    Exhibit M7 outlines the qualifications for Electrical Testing Technicians (ETT) across four levels: Trainee, Assistant, Certified, and Certified Senior. These levels, based on the ANSI/NETA ETT-2010 Standard, define requirements for education, training, experience, typical duties, activities, and examination. Trainee ETTs require high school/GED, 40 hours of safety, and 160 hours of electrical training. Progression through levels demands additional training, increasing related experience (from two years for Assistant up to ten years for Certified Senior), and successful examination by a certifying organization with a minimum 70% score. Higher levels involve greater responsibility, from direct supervision for Level I to supervising large projects and multiple crews for Level IV, as well as more complex tasks like system failure correction and interaction with engineers. Completion of technical electrical education can substitute for a maximum of one year of experience. Candidates for higher levels must meet all previous level qualifications.
    Exhibit M7 outlines the qualifications for Electrical Testing Technicians (ETT) across four levels: Trainee, Assistant, Certified, and Certified Senior, based on the ANSI/NETA ETT-2010 Standard. Each level specifies requirements for education and training, related experience, typical duties, typical activities, and examination. Progression through the levels requires meeting the qualifications of all previous levels. Education includes high school/GED and escalating hours in safety and electrical training. Experience ranges from none for a Trainee to ten years for a Certified Senior Technician, with technical education potentially substituting for some experience. Duties evolve from direct supervision to leading large projects and multiple crews. Activities progress from simple assistance to complex testing, failure correction, and report writing. All certifications, except for the Trainee level, require a minimum score of 70% on an examination by a certifying organization.
    The document, "EXHIBIT M8 Miscellaneous Best Practices Energy Reduction," outlines comprehensive guidelines for optimizing energy consumption in government buildings, focusing on HVAC, lighting, and building automation systems (BAS). Key practices include aligning heating, cooling, and lighting schedules with GSA's 75% occupancy definition, adjusting set points seasonally, and implementing unoccupied setbacks. The document details ASHRAE Standard 55 and 62.1 compliance for thermal comfort, ventilation, and indoor air quality, along with strategies like supply air, chilled water, hot water, and static pressure resets. It also mandates efficient lighting solutions, occupancy/daylight controls, and demand response strategies. Furthermore, the GSA requires annual calibration of critical BAS sensors, adherence to Federal High Performance Guiding Principles, and utilization of EPA's Energy Star Portfolio Manager for benchmarking. The overarching purpose is to ensure GSA facilities operate with maximum energy efficiency, reduced environmental impact, and compliance with federal regulations.
    This document outlines best practices for energy reduction and operational efficiency in government facilities, focusing on heating, cooling, ventilation, and lighting systems. Key strategies include aligning operational schedules with GSA's 75% occupancy definition, adjusting HVAC set points seasonally, and implementing
    The General Services Administration (GSA) Public Buildings Maintenance Standards document, effective January 1, 2022, outlines preventive and predictive maintenance instructions for federal buildings. It aims to maximize operational efficiency, extend equipment life, and ensure suitable conditions for tenants. The guide emphasizes adherence to manufacturer instructions and Section 508 accessibility standards. It details a four-tier naming convention for maintenance job plans, covering system, component, attributes, and frequency. Good maintenance practices include cleaning, using appropriate replacement parts, thorough documentation via the National Computerized Maintenance Management System (NCMMS), prompt corrective actions, minimizing disruption to occupants, adhering to warranty provisions, and immediate reporting of fire and security system malfunctions. The document also specifies requirements for electrical test equipment calibration and categorizes tools into basic and specialized groups. Specific maintenance standards are provided for architectural, structural, child care, cleaning, controls, electrical, fire life safety, HVAC, kitchen, material handling, plumbing, tank, and vertical transportation systems.
    The General Services Administration (GSA) Public Buildings Maintenance Standards, effective January 1, 2022, outlines comprehensive guidelines for preventive and predictive maintenance of federal buildings. This guide ensures the efficiency, extended lifespan, and reliable operation of equipment, systems, and structures while adhering to Section 508 of the Rehabilitation Act of 1973 for accessibility. The document details a four-tier naming convention for maintenance job plans, covering architectural, structural, child care, cleaning, controls, electrical, fire life safety, HVAC, kitchen, material handling, plumbing, tanks, and vertical transportation systems. It emphasizes good maintenance practices, including the use of appropriate replacement parts, thorough documentation via the National Computerized Maintenance Management System (NCMMS), adherence to manufacturer instructions, and compliance with all applicable federal, state, and local regulations, including safety and environmental standards. Specific requirements for electrical test equipment calibration and various tool groups are also detailed. The guide stresses minimizing disruption to building occupants, immediate reporting of critical system malfunctions, and strict adherence to warranty conditions and fire protection codes.
    This Quality Assurance Surveillance Plan (QASP), Solicitation 47PH0225R0006, outlines the General Services Administration's methods for monitoring contractor performance for full maintenance, operations, maintenance, custodial, grounds, and related services in Laredo, Texas. The plan covers multiple facilities, including Ports of Entry, Border Patrol Sector Headquarters, and the George P. Kazen Building. It details a performance-based approach, focusing on "what" service levels are required rather than "how" the work is performed, giving the contractor flexibility while ensuring accountability. Key aspects include roles and responsibilities of the Contracting Officer and Contracting Officer's Representative, performance standards, surveillance techniques (random monitoring, 100% inspection, periodic inspection, customer feedback), documentation, and performance analysis with potential deductions for non-compliance. The QASP includes comprehensive standards for custodial services (e.g., green purchasing, floor care, restrooms, waste management) and operations and maintenance (e.g., NCMMS, safety programs, environmental compliance, fire protection systems, energy efficiency).
    This document outlines the Quality Assurance Surveillance Plan (QASP) for full maintenance, operations and maintenance, custodial, grounds, and related services for various federal facilities in Laredo, Texas, under Solicitation 47PH0225R0006. The QASP details the General Services Administration's approach to monitoring contractor performance, focusing on "what" services and quality levels are required rather than "how" the work is performed. It defines roles and responsibilities for the Contracting Officer and the Contracting Officer's Representative, outlines performance standards and acceptable quality levels (AQLs), and specifies surveillance methodologies such as random monitoring, 100% inspections, periodic inspections, and customer feedback. The plan also covers quality assurance documentation, performance analysis, reporting, and resolution procedures. Attachment 1 provides detailed Custodial and O&M QASP Standards, including performance tasks, successful performance criteria, surveillance methods, and applicable deduction criteria for various services like green purchasing, floor care, restroom maintenance, waste management, and fire safety systems. The QASP emphasizes achieving expected outcomes and ensuring the government pays only for the services received, with deductions for failing to meet AQLs.
    This Standard Operating Procedure (SOP) outlines responsibilities for the General Services Administration (GSA) to comply with EPA refrigerant management regulations and federal sustainability requirements. It focuses on reducing harmful emissions, protecting safety, maintaining compliance, and minimizing costs associated with refrigerants like Ozone Depleting Substances (ODS) and hydrofluorocarbons (HFCs). The SOP mandates contractors to prevent, identify, repair, and report refrigerant leaks, using the National Computerized Maintenance Management System (NCMMS) as the central record-keeping repository. Key areas include technician certification, proper disposal of refrigerants and equipment, and detailed record-keeping in NCMMS for leak rates and repairs. The document also specifies additional requirements for ODS and HFC refrigerants, including leak rate calculations, repair deadlines, and reporting for chronically leaking appliances. This SOP ensures GSA's adherence to environmental regulations and sustainable practices in managing refrigeration and air conditioning equipment.
    The PBS Office of Facilities Management's SOP outlines responsibilities for managing refrigerants to comply with EPA regulations and federal sustainability goals. It mandates practices for preventing, identifying, repairing, and reporting refrigerant leaks from air conditioning and refrigeration equipment, with a focus on ozone-depleting substances (ODS) and hydrofluorocarbons (HFCs). The National Computerized Maintenance Management System (NCMMS) is designated as the central repository for all refrigerant-related records. The SOP details requirements for technician certification, use of certified recovery equipment, and proper disposal and procurement of refrigerants and equipment. It also specifies leak rate calculation, repair procedures, and reporting for appliances with 50 pounds or more of refrigerant, ensuring GSA facilities adhere to environmental protection and GHG reduction mandates.
    The Public Buildings Service (PBS) policy, effective March 27, 2023, outlines the guidelines for flying the U.S. flag and other flags at buildings under the General Services Administration’s (GSA) jurisdiction. It applies to GSA-operated, delegated, and leased buildings, replacing all prior flag policies. The GSA determines what flags can be flown, viewing it as government speech rather than a public forum. Responsibilities for flag operations vary by building type, with GSA supplying flags and flagpoles for GSA-operated and delegated buildings, while lessors are responsible for leased buildings. Unserviceable flags must be disposed of according to federal law. The policy specifies flag dimensions, flagpole standards, and mandates flying the U.S. flag during daylight hours on all workdays, seven days a week in D.C., and on specific national and state holidays. Flags flown at night must be illuminated. Exceptions to flying the flag include classified installations, short-term leases, or safety hazards. The document details extensive occasions for half-staffing the flag, including the deaths of various officials and prominent citizens, and outlines the notification process for such actions (nationwide, statewide, local, or agency-wide). It also mandates displaying the POW/MIA flag at certain locations and outlines conditions for flying state, city, and agency flags, which must be smaller than the U.S. flag and flown beneath it. Non-agency flags are considered government speech, requiring federal agency requests and GSA approval based on specific criteria.
    The IAPMO Group's recommendations offer essential guidance for safely and efficiently flushing building plumbing systems after prolonged vacancies, particularly following the COVID-19 pandemic. The document emphasizes addressing water stagnation to prevent the growth of harmful microorganisms like Legionella and advises seeking professional plumbing assistance for complex systems. Key steps include contacting water utilities and health departments, preparing with appropriate PPE and equipment, and verifying that all traps are filled to prevent sewer gas and pathogen entry. The flushing process should begin at the lowest level, closest to the water source, moving systematically upwards and outwards, with careful attention to reducing aerosols and ensuring residual chlorine presence. The document also highlights the importance of flushing other building water systems, cleaning filters, and considering Legionella testing for at-risk populations. While focusing on flushing, it explicitly states that disinfection treatments are not covered and should be addressed by water treatment professionals.
    The Federal Building South in Washington D.C. operates an active, 21-year-old, 4,000-gallon fiberglass Underground Storage Tank (UST) storing Fuel Oil #2, registered in 2014. The tank uses an ATG – Veeder Root system for release detection. This management plan outlines procedures for filling and transfer, leak detection, and planned upgrades. Filling procedures emphasize pre-delivery checks, safe delivery practices, and post-delivery actions to prevent spills. Leak detection includes scheduled pressure and soil testing, with recent results showing a failed secondary containment valve needing replacement. Future plans include replacing this valve and upgrading release detection equipment by mid-2017. The plan references external Google Site folders for detailed documentation on notifications, spill response, and historical records.
    The document outlines the regulatory inspection requirements for Underground Storage Tanks (USTs), detailing various inspections, their frequencies, and the responsible parties. Key requirements include annual registration, tri-annual corrosion protection and piping tightness testing by a UST contractor, and monthly manual tank gauging, interstitial monitoring, and release detection equipment walkthroughs by Operations & Maintenance (O&M) personnel. Annual tasks for O&M also include inspecting handheld release detection equipment and an annual walkthrough log for containment sumps, with debris/water removal recorded every 96 hours. Tri-annual inspections by a UST contractor cover spill bucket and sump tightness testing, overfill protection, and operator training. This structured approach ensures compliance and operational safety for USTs, likely forming part of a larger federal or state regulatory framework for environmental protection and infrastructure maintenance.
    The document outlines inspection criteria for above-ground storage tanks (ASTs) with a capacity of 55 gallons or more, relevant for federal, state, and local RFPs, and grants. It mandates monthly visual inspections by in-house personnel to check for leaks, stress fractures, stressed vegetation, and water in secondary containment, documenting all findings. Additionally, tri-annual integrity testing by a qualified third-party licensed inspection company is required. The third-party submittal must include the inspection report, a pass/fail status, and details of any concerns or weaknesses. All inspection findings must be logged in the FST Management Plan and uploaded to NCMMS, ensuring compliance and maintenance for ASTs.
    The "Equipment Condition Assessment C.5.3.3" document outlines a comprehensive inventory of systems and equipment typically found in government facilities, categorized for condition assessment purposes. It covers HVAC (Chillers, Boilers, Cooling Towers, AHUs), Emergency Power (Generators, ATS, USTs), Electrical (MCCs, PDBs, Transformers, UPS), Plumbing (Domestic Water Systems, Sewage Pumps, Hot Water Heaters, Backflow Preventers), Mechanical (Compressors, Lifts, Hoists), Fire Life Safety (Fire Pumps, Panels, Sprinkler Systems, Fire Doors), Controls (JACE, BAS Server, Controllers), and Architectural and Structural (Fences, Gates, Roof, Security Bollards). The document is structured as a checklist or data collection form, including fields for "Data Plate Info," "Year Installed," "General Condition," "Date Replaced," "Proposal #," "WO # & Status," and "Notes" for each item. Its purpose is to standardize the evaluation and recording of the condition of critical infrastructure within federal, state, or local government properties, likely for maintenance planning, RFP responses, or grant applications related to facility upgrades and asset management.
    The document,
    The provided file is a comprehensive inventory of fire extinguishers across various government facilities in Texas, identified by unique Equipment IDs, Asset Tags, and locations. The assets are categorized by type (FEX-01, FEX-02, FSP-01) and include descriptions such as 'FIRE EXTINGUISHER, Throughout Convent,' 'Portable Fire Extinguisher list for J&L LPOE,' and 'Fire Extinguishers - Inspection.' Many entries specify the floor or area within a building, such as 'THROUGHOUT 1ST FLOOR,' 'THROUGHOUT 2ND FLOOR,' or 'Floor 01,' while others refer to 'Entire Building' or 'Exterior.' The status of all listed fire extinguishers is 'OPERATING.' This document likely serves as a critical record for maintenance, inspection scheduling, and asset management for fire safety equipment within these government properties.
    The provided government file is an inventory of assets for two facilities, TX0306CB and TX0311ZZ, detailing various equipment and systems. The assets for TX0306CB are spread across the entire building, Floor 01, Roof, Exterior-Outside, and Parking Lot, encompassing BAS controllers, HVAC units, electrical components, fire safety systems, security fences and gates, and plumbing fixtures. A critical item noted is a "(CRITICAL EQUIP DOWN ) Fire Alarm Systems,Fire Alarm Devices,Fire Notification Appliances,Fire Alarm Remote Controllers." The TX0311ZZ facility's assets are located in the SubBasement, Basement, Roof, Floor 01, Floor 02, and Floor 03. This inventory includes BAS controllers, a solar photovoltaic system, A/C units, air handler units, fire department hose connections, extensive automatic fire/smoke detection systems, fire doors, fire alarm boxes, fire and smoke dampers, HVAC controls, and various coils and disconnects. The document appears to be a comprehensive listing for facility management, maintenance planning, or a proposal for upgrades/services for these government sites.
    The GSA Form 3638, titled "Pest Control Work and Inspection Report," is a standardized document used by federal government entities for managing pest control services. It outlines a tripartite reporting structure for Field Offices, GSA Inspectors, and Contractors. Section A is designated for identifying the type and location of pests and the reporting individual's contact information. Section B, completed by the GSA Inspector, assesses the presence or absence of pests (active or none) and evaluates the adequacy of the pest control service (satisfactory or unsatisfactory). Section C is for the Contractor to detail the pesticides, traps, and other materials used for treatment. The form also includes fields for remarks, signatures, and timestamps for both the pest controller and the GSA Inspector, ensuring a comprehensive record of pest control activities and inspections within government buildings.
    The GSA Form 3638, titled "Pest Control Work and Inspection Report," is a standardized form used by field offices, GSA Inspectors, and contractors to document pest control activities and inspections within government buildings. Its purpose is to ensure accountability and proper record-keeping for pest management services. The form is divided into three main sections: Section A is for reporting the type of pest and its location, and is filled out by the Field Office, GSA Inspector, and Contractor. Section B is for the GSA Inspector to report the presence or absence of pests and assess the adequacy of the service received. Section C is for the Contractor to detail the pesticides, traps, and other materials used for treatment. The document also includes fields for remarks, signatures, and timestamps for both the pest controller and the GSA Inspector, ensuring a comprehensive record of each pest control event.
    The provided document is a detailed asset registry, likely part of a government inventory or RFP, listing various operational assets related to elevator systems across multiple Texas locations. Each entry includes an asset description, equipment ID, asset tag, physical location, status (all 'OPERATING'), type, and site number. Key assets identified include passenger elevators, ductless split systems serving elevator rooms, sump pumps for elevator pits, and transformers located near elevator rooms. The inventory also specifies low voltage disconnects for elevators, indicating a focus on the electrical and mechanical components supporting these systems. The document highlights the operational status and specific locations of these critical infrastructure components within different facilities.
    The provided government file is an asset inventory, primarily detailing roof-related assets and inspections across various Texas locations (TX0306CB, TX0311ZZ, TX0588CB, TX0594CB, TX0596CB, TX0598CB, TX0599CB, TX0602CB, TX0730NW, TX0731NW, TX0732NW, TX0733NW, TX0734NW, TX0735NW, TX0736NW, TX0738NW, TX0739NW, TX0740NW, TX0741NW, TX0742NW, TX0743NW, TX0744NW, TX0747NW, TX0748NW, TX0749NW, TX0797CB, TX0799CB, TX7066NW). The document lists assets such as roof drains, downspouts, gutters, various types of centrifugal fans (1HP or larger) with specific CFM ratings, roof inspections (built-up type, some indicating square footage), motors for preventive maintenance, and photovoltaic panels. Each entry includes an asset ID, description, equipment ID, asset tag, location, status (all
    The document is a comprehensive list of work orders for the TX0116CV facility, detailing various maintenance and repair tasks. The work orders are categorized into types such as Work Request (WR), Proactive Maintenance (POR), Preventative Maintenance (PM), Corrective Maintenance (CM), and Government-Sponsored Appraisal and Inspection (GSAI). Tasks include addressing an elevator oil leak, annual AHU inspections, magnetic bearing chiller maintenance, regulated substances storage tank inventory, water treatment, air separator and automatic transfer switch checks, door maintenance, emergency diesel generator services, drinking fountain upkeep, and numerous filter replacements. Other critical tasks involve fire hydrant inspections, valve maintenance (dry pipe, deluge, preaction, critical check), eyewash/shower unit checks, electric vehicle supply equipment maintenance, above-ground fuel tank inspections, BAS server client workstation monitoring, energy curtailment preparations, and troubleshooting a faulty fan coil unit. Furthermore, the work orders cover fire detection alarms, fire extinguisher inspections, dry-pipe sprinkler systems, pump motor maintenance, refrigerant monitor checks, cooling tower maintenance, roof inspections, backflow preventer valve checks, switchgear and switchboard assemblies, circuit breaker maintenance, electrical panel and exit sign inspections, lightning protection system checks, and small dry transformer maintenance. There are also service calls for a faulty sink valve, a broken sprinkler, and a spill. All tasks are marked as
    The BL7 Energy and Water Efficiency Monthly Report details requirements for contractors to report on energy and water efficiency as part of O&M services contracts. This template ensures consistent reporting on contract and building information, including energy technology and analytic tools available. Key sections cover annual performance targets for energy (BTU/GSF) and water (Gallons/GSF), comparing actual usage against targets and previous year's data. The report also mandates monthly utility bill reporting for various energy sources and water, along with renewable energy production if applicable. Contractors must discuss significant usage changes, planned operational adjustments, and verify the functioning of advanced meters and building efficiency systems. A GSA review section ensures oversight and concurrence, highlighting the government's focus on monitoring and improving energy and water efficiency in its facilities.
    The “Contractor Staffing Declaration” form, dated June 17, 2024, is a standardized document for contractors to declare staffing details for government contracts, specifically for full maintenance services in Laredo, Texas. It requires information such as the contractor’s name, current date, contract number, and performance start date. Key financial and regulatory details include DOL Wage Determination No., Workman's Comp Rates (Administrative, Mechanical, Janitorial), and SUTA Thresholds and percentages. The form also mandates a detailed list of employees, including their full name, position, SCA-DOL Occupation Code, regular work hours per week, date of employment, and whether Health & Welfare is paid directly to employees. This declaration ensures transparency and compliance with labor and financial regulations for government service contracts.
    The provided document outlines the process for conducting a wage adjustment evaluation for federal contracts, emphasizing compliance with Executive Orders 13706 (Paid Sick Leave) and 13658 (Minimum Wage Rate). It details the necessary documents, such as the B-1 Staffing Plan and Union Agreement or DOL Wage Determination, to determine applicable union status, workman's compensation rates, and employee work schedules. The document highlights the requirement for federal contractors to provide paid sick leave and specifies that contracts awarded on or after January 1, 2017, must adhere to EO 13706, including a specified Health and Welfare rate. A spreadsheet template is included for a detailed, employee-specific wage adjustment, covering regular wages, vacation, sick leave, holidays, and labor burden components like Social Security, Medicare, and pension, reflecting a shift from average staff benefits to individual employee review.
    This document, "PRICE PROPOSAL FOR FULL MAINTENANCE SERVICES," is a solicitation (47PH0225R0006) for full maintenance services in Laredo, Texas. It outlines pricing structures for basic, above-standard, and additional services across a base period and four option years. Basic services include monthly mechanical, custodial, and grounds maintenance for multiple locations such as COLUMBIA, CONVENT, J&L LPOE, WTB, BPSH, and USCH. Above-standard services cover tasks like carpet extraction, window washing, tree thinning, snow removal, high-touch surface cleaning, and high cleaning above 12 feet. The proposal also details pricing for additions or removals of long-term vacant space on a per-square-foot basis and includes a markup coefficient for service task orders, capped at 10%.
    The document, Solicitation Number 47PH0225R0006, outlines the Government's Baseline and a Contractor's L1 Management Plan for "Full Maintenance" in Laredo, Texas. It details personnel requirements, including annual vacation, holiday, sick leave, and total annual hours, with corresponding full-time equivalent (FTE) calculations. The baseline serves as a benchmark for evaluating an offeror's understanding of the solicitation's requirements, specifically regarding manpower. While the government provides its projection, it explicitly states that this is not intended to dictate the offeror's proposed manpower. The document includes tables for both government and contractor plans, showing identical numerical values for annual leave categories and total annual hours, but all FTEs are listed as 0.00. The primary purpose is to establish a framework for assessing bids in response to the RFP by providing a baseline for personnel planning without imposing a rigid structure on the contractors.
    The document "APPENDIX B/FIGURE L-2 PAST PERFORMANCE REFERENCE/QUESTIONNAIRE" is a template used in government contracting, likely for federal RFPs, grants, or state/local RFPs. Its main purpose is to evaluate a contractor's past performance. It collects detailed information about a contract, including its name, number, performance dates, value, and location. It also requires a description of services provided, special requirements, and problem resolution. A key component is the "PAST PERFORMANCE QUESTIONNAIRE," which rates contractors on business management factors like quality, timeliness, compliance, personnel provision, responsiveness, workload accommodation, safety adherence, and the success of their quality control program. It also assesses the empowerment of onsite management. The document asks for comments on any "Fair" or "Poor" ratings, ensuring a comprehensive evaluation of a contractor's capabilities and past conduct.
    The "CONTRACTOR EXPERIENCE SHEET" for Solicitation 47PH0224Q0002 outlines the essential qualifications for contractors bidding on full maintenance services in San Antonio, Pearsall, Corpus Christi, and Victoria, Texas. The document requires detailed information on a contractor's role, contract performance, value, and type, specifically requesting CPARS completion for government contracts. Key experience requirements include managing large facilities (600,000+ sq ft), operating complex DDC Controls Systems for chilled water plants, and maintaining multi-storied, multi-tenant commercial facilities. Contractors must demonstrate expertise in scheduled/unscheduled maintenance, electrical, mechanical, plumbing, emergency power, BAS, HVAC, UST/AST fuel storage systems, fire protection, and life safety systems. Additional requirements cover architectural/structural systems, service request desk operations, landscape irrigation, egress/access systems, storm drainage, sanitary sewage, custodial, grounds maintenance, and experience with historic buildings. The form emphasizes providing sufficient detail to showcase relevant experience for the solicitation's requirements.
    The "Solid Waste Audits" exhibit guides contractors on conducting waste audits to achieve a minimum 50% waste diversion and comply with Guiding Principles for Sustainable Federal Buildings. Contractors must analyze non-hazardous, non-construction solid waste composition from representative samples during a 24-hour period, weighing materials like paper, plastic, and organic waste. Based on this analysis, the contractor provides recommendations for increasing waste diversion through cost-effective collection and disposal. These recommendations include lists of acceptable/unacceptable recycling materials, potential waste diversion rates, new recyclable/compostable materials based on local markets, and improvements for current recycling, composting, and trash bin quantities, placement, signage, and communication to tenants and custodial staff.
    Exhibit C4 outlines requirements for solid waste audits in federal buildings to achieve a minimum 50% waste diversion and support sustainable building principles. Contractors must conduct waste composition analyses over a 24-hour period, weighing non-hazardous waste by material type (paper, cardboard, plastic, aluminum, glass, organic/compostable, and non-recyclable trash). Based on these audits, contractors will recommend cost-effective waste collection and disposal methods. Recommendations must include lists of acceptable and unacceptable recyclable materials, potential waste diversion rates, new materials for recycling/composting based on local markets, and improvements to bin quantities, placement, signage, and communication for tenants and custodial staff.
    The government file details a pre-proposal walk-through for the 47PH0225R0006 Laredo Full Maintenance contract, outlining site visits scheduled from October 15-17, 2025, across six locations in Laredo, TX. Attendees must RSVP to Carmen Weathers at carmen.weathers@gsa.gov, with a limit of one representative per offeror. No questions or photos are allowed during the visits. Prospective contractors are encouraged to conduct a thorough review of facilities and requirements. All questions regarding the solicitation must be submitted in writing to Carmen Weathers by October 24, 2025, referencing specific sections of the document. The visits will be escorted, and attendees should allow time for security checkpoints and adhere to social distancing and mask recommendations.
    The document "FIGURE L-3 CONTRACTOR EXPERIENCE SHEET" is a standardized form for contractors to detail their experience and qualifications for Solicitation: 47PH0225R0006, which covers Full Maintenance, Operations and Maintenance, Custodial, Grounds, and Related Services in Laredo, Texas. It requires contractors to provide information such as their name, DUNS number, role, percentage of work, contract number, performance dates, total value, and type. The form also asks for details on government contracts, CPARS completion, performance location, total square footage, and type of space serviced. A key section requires the offeror to describe services provided and special contract requirements, focusing on demonstrating experience relevant to the solicitation. This includes specific criteria like experience with large buildings (600,000 sq ft+), complex DDC Control Systems for Chilled Water Plants (500 tons+), multi-storied and multi-tenant commercial facilities, scheduled/unscheduled maintenance, various electrical, mechanical, plumbing, emergency power, BAS, HVAC, UST/AST fuel storage systems, fire protection, architectural/structural systems, service request desk operations, landscape irrigation, egress/access systems, storm drainage, sanitary sewage, custodial, grounds maintenance, and historic facility maintenance. Contractors must indicate "Yes" or "No" for each experience criterion and provide specific details for any affirmative responses.
    This document addresses questions and answers regarding a government solicitation, primarily clarifying its status as a 100% Set Aside 8(a) Small Business Concerns procurement. Key updates include an extension of the offer deadline to November 17, 2025, and a revised schedule for pre-proposal meetings and site visits from October 14-17, 2025, across multiple locations in Laredo, TX. The solicitation confirms that Past Performance Questionnaires are a mandatory requirement, despite potential government shutdowns, and advises that incumbent information is public. The main purpose is to provide essential clarifications and updates to potential offerors, ensuring a clear understanding of the procurement's requirements and timeline.
    This document, Standard Form 30 (SF 30), details the process for amending solicitations and modifying contracts within the federal government. It outlines methods for offerors to acknowledge amendments, including completing specific items on the form, acknowledging receipt on offer copies, or sending separate communication. Failure to acknowledge receipt by the specified deadline may lead to rejection of an offer. The form also specifies how to change an already submitted offer due to an amendment. Key sections include instructions for filling out various items such as contract ID code, effective date, issuing office, contractor information, and details regarding amendment/modification numbers. It clarifies when a contractor's signature is required and provides guidance on describing the amendment or modification, including its impact on contract price and accounting data. The document also provides a schedule for a pre-bid conference and site visits from October 15-17, 2025, and mentions the need for a site visit clearance form. It serves as a critical tool for ensuring clear communication and proper documentation in federal procurement processes.
    The General Services Administration (GSA) is soliciting proposals for a Full Maintenance contract (47PH0225R0006) for six federal buildings in Laredo, Texas. This 100% set-aside for 8(a) Small Business Concerns covers operations, maintenance, custodial, grounds, and related services for a one-year base period and four one-year options, from June 2026 to May 2031. Key dates include a pre-proposal meeting on October 14, 2025, site visits from October 15-17, 2025, and an offer receipt deadline of November 14, 2025. The contractor must provide all necessary resources, adhere to specific staffing and certification requirements, and comply with GSA's "facilities engineering" and "systems thinking" approaches for sustainable operations. Pricing must be submitted for the entire five-year term, with provisions for wage adjustments and potential changes in building scope or staffing levels.
    This government file details Amendment 0002 to Solicitation Number 47PH0225R0006, issued by the ACQUISITION MANAGEMENT DIVISION, effective October 14, 2025. The amendment updates the solicitation specifications by removing Attachment 1: Collective Bargaining Agreement (CBA) and adding Attachment 2: Wage Determination. Additionally, it incorporates the Pre-Proposal Conference Presentation, Pre-Proposal Conference Notes, Pre-Proposal Walk-Thru Schedule, and Questions and Answers, all related to Laredo Texas Full Maintenance. Offerors must acknowledge this amendment via specified methods (completing items 8 and 15, acknowledging on each offer copy, or by separate communication) to avoid rejection of their offer. The document also includes detailed instructions for completing the Standard Form 30 (SF-30), particularly concerning effective dates, contractor and issuing office information, and descriptions of amendments or modifications, emphasizing changes to contract price and accounting data.
    This government document, Standard Form 30 (SF30), outlines procedures for amending solicitations and modifying contracts. It details methods for offerors to acknowledge amendments, emphasizing that timely receipt is crucial to avoid rejection. The form provides instructions for completing various fields, including contract identification, effective dates, issuing and administering offices, and contractor information. It also specifies how to describe amendments or modifications, including their impact on contract price and accounting data. Key sections address the different types of modifications (e.g., change orders, administrative changes, supplemental agreements) and the authorities under which they are issued. For amendments of solicitations, it clarifies whether the receipt of offers is extended. This particular amendment (0002) updates the specification by striking Attachment 1 (Collective Bargaining Agreement) and adding Attachment 2 (Wage Determination), along with incorporating pre-proposal conference materials (presentation, notes, walk-thru schedule, and Q&A) for the Laredo, Texas Full Maintenance project.
    This government solicitation (47PH0225R0006) from the General Services Administration (GSA), Public Buildings Service (PBS), seeks proposals for full maintenance, operations, custodial, grounds, and related services for six federal buildings in Laredo, Texas. The contract, a 100% set-aside for 8(a) Small Business Concerns, has a one-year base period and four one-year option periods, commencing June 1, 2026. Key dates include a pre-proposal meeting on October 14, 2025, site visits from October 15-17, 2025, and an offer receipt deadline of November 14, 2025. Services encompass standard and "Above Standard" tasks like carpet extraction and window washing. The solicitation details pricing, staffing, wage adjustments, and extensive personnel qualifications, including specific certifications for custodial supervisors, project managers, chief engineers, HVAC mechanics, and specialized technicians for fire alarm, water-based fire suppression, electrical, BAS, and photovoltaic systems. All personnel must meet stringent suitability, language, and training requirements, including asbestos and lead awareness, and NCMMS training.
    The pre-proposal meeting for the Laredo Full Maintenance Procurement focused on operations, maintenance, and grounds maintenance services for federal facilities in Laredo, Texas. Carmen Weathers, the contract specialist, outlined the solicitation structure, emphasizing that all questions must be submitted in writing by October 24th, with proposals due November 14th, 2025. Veronica Archuleta detailed custodial and grounds maintenance requirements, including product standards, safety protocols, and specialized cleaning. Key discussion points included contract sections, service calls, waste and pest management, and deliverables. The importance of detailed proposals, especially the management plan worksheet and anticipated work schedule, was stressed for evaluation. The procurement is a 100% set-aside for 8A small business concerns, following FAR 15.3, with an estimated award date of February 6, 2026, and services commencing June 1, 2025, after a 60-day transition.
    A detailed record for arrivals and departures from various government buildings is provided, highlighting individual contractors and agency representatives visiting different locations for purposes such as site visits and meetings in October 2025. The data includes names, email addresses, registration dates, and participant details, showcasing extensive engagement from multiple contractors. Contact information, visit times, and purposes are meticulously documented, reflecting organizational transparency and attendance tracking.
    This government file is an inventory of various fire safety assets across multiple locations, including fire alarm control panels, fire extinguishers, backflow valves, fire control valves, fire hydrants, smoke detectors, heat detectors, fire strobes, fire horns, and fire/smoke dampers. It also lists fire department hose connections, pumper connections, and details on inspections and testing for these systems. The file categorizes assets by their type, specific features (e.g., size of valves, type of detectors), and their physical location within different facilities. This comprehensive listing is crucial for managing fire safety infrastructure, ensuring compliance with safety regulations, and planning maintenance or upgrades in government buildings.
    The provided document is a comprehensive inventory of assets within a government facility, likely compiled for maintenance, procurement, or grant-related purposes. It lists a wide array of equipment and systems, including heating, ventilation, and air conditioning (HVAC) components such as air handler units (AHUs), fan coil units (FCUs), chillers, boilers, pumps, cooling towers, and associated motors and variable frequency drives (VFDs). The inventory also details electrical infrastructure like transformers, panelboards, breakers, and various lighting fixtures. Furthermore, it covers plumbing fixtures, fire safety systems (fire alarms, extinguishers, control valves), security elements (gates, exterior doors), and specialized equipment such as an emergency diesel generator with its fuel tank and an automatic transfer switch. The document also includes critical infrastructure components like building automation system (BAS) controllers, servers, and code-related items. The extensive nature of this asset list indicates a detailed overview of the building's operational and safety infrastructure.
    The document, Solicitation Number: 47PH0225R0006, outlines the Government's Baseline for personnel requirements for a full maintenance contract in Laredo, Texas. It details the projected manpower, including various positions like Project Manager, Chief Engineer, HVAC technicians, General Maintenance Workers (GMW), Admin Clerk, Custodial Supervisors, and Janitors/Grounds personnel. The baseline specifies annual vacation, holiday, sick leave, and total annual hours, along with the total Full-Time Equivalents (FTEs), summing up to 54.64 FTEs and over 113,000 total annual hours. The document also includes a section for the Contractor's L1 Management Plan, which is left blank in this file but indicates where the contractor would propose their own manpower. The purpose of the Government's Baseline is to serve as a benchmark for evaluating an offeror's understanding of the solicitation's requirements, not to dictate the contractor's proposed staffing.
    The government solicitation 47PH0225R0006 for Full Maintenance, Operations and Maintenance, Custodial, Grounds, and Related Services Contract has been clarified through a series of questions and answers. Key updates include an extended deadline for offers to November 14, 2025, confirmation that the procurement is 100% set-aside for 8(a) Small Business Concerns, and the allowance for CPARS ratings to satisfy past performance requirements due to government shutdown. Site visit dates have been revised, and specific details regarding inventory, incinerators, dumpsters, and roof anchors have been provided. The government will not expand the definition of “offeror” to include “sister” companies for past performance evaluation but will consider teaming agreements. The fuel limit for diesel and propane has increased to $3,600, and the contractor is responsible for minor roof repairs under $500. The contractor is also responsible for clearing clogged dog hair drains and mud buildup from runoff, but not for cleaning kennels, portable restrooms, sinks, or courtroom technology. The government will not provide a baseline staffing model, but the Figure L-3 experience worksheet has been corrected to reflect 200,000 square feet as the minimum requirement.
    This document is a Standard Form 1449, "SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES," specifically tailored for Women-Owned Small Business (WOSB) acquisitions. It outlines the process for federal solicitations, bids, and proposals, providing a standardized format for government agencies to procure commercial products and services. Key sections include details for requisitions, contract numbers, award dates, and solicitation information, with specific blocks for offeror and government official signatures. The form also covers aspects like NAICS codes, size standards, and various set-aside categories, including Economically Disadvantaged Women-Owned Small Business (EDWOSB). It incorporates by reference Federal Acquisition Regulation (FAR) clauses, ensuring compliance with federal procurement policies. The document facilitates the formal agreement between the government and contractors, specifying terms for delivery, payment, and acceptance of goods or services.
    This document, Amendment 0003 to solicitation 47PH0225R0006, details significant updates and modifications to a federal government Request for Proposal (RFP) concerning full maintenance and operations for Laredo, Texas. The amendment extends the deadline for offer submissions and outlines various changes to the solicitation, including updates to specifications (C.5.11 Repairs, C.6.10.2 Operation, L.10.2 Submittal Instructions, L.12 Technical Proposal Instructions), an attendee list for the pre-proposal walk-through, and revised forms such as SF1449-21 and SF30. Additionally, it incorporates a Preventive Maintenance Guide, updated figures for Past Performance Questionnaire (L-2) and Experience Worksheet (L-3), an Excel document for the Combined Management Plan (L-1), and updated equipment inventories (BL-2, BL-1). The amendment also includes notes from the pre-proposal meeting and a Q&A section, ensuring all bidders have the most current information for their proposals.
    This government solicitation, 47PH0225R0006, from GSA Region 7, seeks proposals for full maintenance, operations, custodial, grounds, and related services for six federal buildings in Laredo, Texas. This is a 100% set-aside for 8(a) Small Business Concerns. The contract includes a one-year base period and four one-year option periods, starting June 1, 2026, and extending through May 31, 2031. Key dates include a pre-proposal meeting on October 14, 2025, site visits from October 15-17, 2025, and a deadline for questions on October 24, 2025. Offers are due by November 14, 2025, at 5:00 p.m. CST. The contractor will be responsible for all management, labor, materials, and equipment, adhering to a performance-based work statement focused on systems thinking and high-performance sustainable operations.
    The Past Performance Questionnaire (PPQ) is a critical document used in government contracting to evaluate a contractor's past performance. It collects detailed information on contract identification, including contractor role, performance dates, contract value, and types of services provided. The PPQ assesses various business management factors such as quality, problem identification, compliance, staffing, responsiveness, workload accommodation, safety adherence, quality control, onsite management empowerment, corporate resource acquisition, personnel quality, and effectiveness of phase-in/close-out activities. The questionnaire also asks for an overall rating and whether the contractor would be awarded another contract. Specific comments are required for 'Fair' and 'Poor' ratings. This document is essential for government agencies to assess risk and make informed decisions during the procurement process.
    The Contractor Experience Sheet (Figure L-3) for Solicitation 47PH0225R0006 is a crucial document for contractors bidding on the Full Maintenance; Operations and Maintenance; Custodial, Grounds, and Related Services contract in Laredo, Texas. This form requires detailed information about a contractor's past projects, including their role (Prime, Subcontractor, Joint Venture), percentage of work, contract number, performance dates, total value, and type. It also asks for CPARS completion status for government contracts and specifics about the address, square footage, and type of space serviced. The core of the sheet focuses on demonstrating relevant experience through three similar projects that cumulatively meet specific criteria. These criteria include experience with large buildings (200,000 sq ft+), complex DDC Controls Systems for Chilled Water Plants (500 tons+), multi-storied and multi-tenant commercial facilities, scheduled and unscheduled maintenance, and operation/maintenance of various systems like electrical, mechanical, plumbing, emergency power, BAS, HVAC, UST/AST fuel storage, fire protection, life safety, architectural, and structural systems. Additionally, it assesses experience with building automation control systems (Niagara Tridium, JACE, DisTech), service request desk operations (NCMMS), landscape irrigation, egress/access systems, storm drainage, sanitary sewage, custodial services, grounds maintenance, and historic facility maintenance. The form aims to ensure that offerors possess the necessary qualifications and experience to successfully execute the comprehensive services outlined in the solicitation.
    This document is an amendment to a solicitation/modification of a contract, primarily focused on updating and clarifying terms for government contractors. Its main purpose is to upload the Collective Bargaining Agreement (CBA) "CBA IUOE 351 2025 06 01-2028 05 31 Final" for maintenance, janitorial, and landscape services. The amendment also extends the proposal due date to November 21, 2025, in response to requests for more time due to the new CBA and a new Figure L-2. It clarifies that contractors who previously submitted the old questionnaire version do not need to resubmit the new version. The document outlines methods for acknowledging receipt of the amendment and provides instructions for completing the Standard Form 30, detailing how to indicate changes to contract price, accounting data, and the legal authority for modifications.
    This government document, Amendment 0005 to solicitation 47PH0225R0006, details procedures for acknowledging amendments to solicitations and modifications to contracts using Standard Form 30. It outlines methods for offerors to acknowledge receipt and modify previously submitted offers. The document specifies instructions for various fields on the form, including effective dates for different types of modifications, and requirements for indicating changes in contract price or accounting data. A key clarification addresses a discrepancy regarding General Maintenance Workers (GMW) in Figure L-1 and the Collective Bargaining Agreement (CBA), stating that GMWs are not union employees and their wages fall under Department of Labor Wage Determination, not the CBA.
    The General Services Administration (GSA) Public Buildings Maintenance Standards document, effective January 1, 2022, outlines preventive and predictive maintenance instructions for federal building equipment and systems. It emphasizes maximizing efficiency, extending useful life, and ensuring suitable conditions for tenants. The guide details a four-tier naming convention for job plans, categorizing tasks by system (e.g., Electrical, HVAC), equipment type, specific equipment definition, and maintenance frequency (e.g., monthly, annually). It also stresses good maintenance practices, including the use of appropriate, new replacement parts, meticulous record-keeping via the National Computerized Maintenance Management System (NCMMS), prompt corrective action for deficiencies, and minimizing disruption to building occupants. The document mandates adherence to warranty conditions, immediate reporting of non-operational critical systems, proper handling of refrigerants, public safety measures, and compliant disposal of waste and hazardous materials according to federal, state, and local regulations. Specific sections detail requirements for electrical test equipment calibration, various tool groups, and architectural/structural components like security bollards and davits, including their respective maintenance and certification protocols.
    This Wage Determination (No. 2015-5239, Revision No. 29, dated 07/08/2025) outlines minimum wage rates and fringe benefits for service contracts in Webb County, Texas, under the Service Contract Act. It specifies hourly rates for various occupations, from administrative to technical roles. The document highlights two Executive Orders: EO 14026, requiring a minimum of $17.75 per hour for contracts entered into or extended on or after January 30, 2022, and EO 13658, requiring $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, and not extended. Both rates are subject to annual adjustment, with exceptions for certain recreational services and contracts with Texas, Louisiana, or Mississippi. Fringe benefits include health and welfare, paid vacation, and eleven paid holidays. The document also addresses paid sick leave under EO 13706, hazardous pay differentials, and uniform allowances. A conformance process is detailed for unlisted job classifications.
    The pre-proposal conference for the Laredo, Texas full maintenance operations and grounds maintenance services, a 100% set-aside 8A small business concern opportunity, was held on October 14, 2025. Contract specialist Carmen Weathers outlined the Federal Acquisition Regulation (FAR) 15.3 best value procedures and the five-year performance period. Key sections highlighted include B21 for basic services, B22 for above-standard services, and the crucial contractor staffing declaration in B3. Veronica Archuleta detailed custodial and grounds maintenance requirements, including EPA-registered products, safety protocols, and specific cleaning standards for various areas. Proposals must address key personnel qualifications (C121), a quality control plan (C131), and a communication plan for service calls. Site visits are scheduled from October 15-17, and all questions must be submitted in writing by October 24. Proposals are due by November 14, 2025, with an anticipated award date of February 6, 2026, and services commencing June 1, 2025. Evaluators will prioritize the Management Plan, Management Approach, Quality Control Plan, Management Plan Worksheet, Experience, and Past Performance.
    The General Services Administration (GSA) Public Buildings Service (PBS) hosted a pre-proposal conference for Solicitation 47PH0225R0006, seeking full maintenance, operations & maintenance, and grounds maintenance services in Laredo, Texas. This 100% 8(a) Small Business Concern set-aside contract, under NAICS code 561210, will have a five-year period of performance. The solicitation outlines performance-based acquisition with detailed requirements for standard and above-standard services, staffing, quality control, core coverage hours, and specific maintenance standards for mechanical, custodial, and groundskeeping. Key dates include an October 24, 2025 deadline for written questions and a November 14, 2025 deadline for electronic proposal submissions. The contract award, anticipated for February 6, 2026, will prioritize technical factors over price, with deductions for non-performance.
    This document addresses questions and answers related to a federal government solicitation, primarily focusing on clarifying procurement details and logistical arrangements. Key clarifications include the confirmation that the procurement is 100% set-aside for 8(a) Small Business Concerns, with specific NAICS Code 561210. The deadline for offers has been extended to November 14, 2025. Requirements for Past Performance Questionnaires are mandatory, and CPAR ratings are not accepted as substitutes. Site visit dates and times have been updated, with detailed itineraries and directions provided. The definition of "offeror" for past performance includes sister companies, and teaming agreements are recognized, allowing both the 8(a) prime and partner to submit relevant past performance. Additionally, a maximum of four attendees are permitted for site walks.
    The Columbia Port of Entry in Laredo, TX, operates 24/7 for non-commercial traffic and extended hours for commercial traffic. The facility includes various buildings like the Administration Building, Primary and Secondary Inspection areas, Import Dock, and Kennels, totaling 196,486 SF of rentable space. Key interior statistics detail rentable and net cleaning areas, including corridors, toilet rooms, offices, labs, and storage. The extensive outside grounds feature paved areas (2,344,260 SF), unimproved grounds (629,271 SF), and numerous canopies totaling 139,684 SF. Hand sanitizer dispensers are strategically placed throughout the facility, which supports a population of approximately 210 occupants. This detailed breakdown suggests a comprehensive overview for operational planning or potential facility management proposals.
    The Columbia Port of Entry in Laredo, TX, operates 24/7 for non-commercial traffic and extended hours for commercial traffic. The facility, approximately 210 occupants, includes multiple buildings with varied functions and square footage. Key interior spaces encompass an Administration Building (14,455 SF), Import Dock (107,034 SF), and various inspection areas like Primary Inspection (7,043 SF) and Secondary Inspection (12,044 SF). Other structures include kennels, storage, and specialized inspection booths. The expansive outdoor grounds feature over 2.3 million SF of paved area, extensive canopies totaling 139,684 SF, and loading docks. Hand sanitizer dispensers are strategically placed throughout the Administration Building and Import Dock. This detailed inventory of the Columbia Port of Entry highlights the facility's comprehensive infrastructure for border operations.
    The Convent Port of Entry, located at 100 Zaragoza Street, Laredo, TX, is a two-story facility with a basement, operating 24/7 with approximately 114 occupants. This document details the interior and exterior statistics of various areas within the facility, likely for a federal government Request for Proposal (RFP) related to facility management, maintenance, or renovation. Key interior areas include the Primary/Secondary Inspection area (14,113 SF rentable), PrePrimary Inspection Canopy (1,497 SF rentable), Hard Secondary Inspection (1,057 SF rentable), TABC Booth (37 SF rentable), and the Administration Building (24,608 SF rentable with 19,301 SF net cleaning area). The Administration Building features general offices, toilet rooms, stairways, elevators, exercise areas, and a lab. Exterior statistics cover lawn, shrub, and planted areas (2,513 SF), paved areas (222,041 SF), unimproved grounds (3,761 SF), and garages. The facility also includes canopies totaling 15,407 SF and several hand sanitizer dispensers across different locations. This detailed breakdown provides essential information for potential contractors to understand the scope of work required for the facility.
    The Convent Port of Entry, located at 100 Zaragoza Street, Laredo, TX, is a two-story facility with a basement, operating 24/7 with approximately 114 occupants. This document details the interior and exterior statistics of various areas within the facility, likely for a federal government Request for Proposal (RFP) related to maintenance, cleaning, or facility management services. Key interior areas include primary/secondary inspection (14,113 SF rentable), pre-primary inspection canopy (1,497 SF rentable), hard secondary inspection (1,057 SF rentable), TABC booth (37 SF rentable), and the administration building (24,608 SF rentable with 19,301 SF net cleaning). The administration building features general offices, corridors, toilet rooms (47 fixtures), stairways (3 flights), and one elevator. Exterior areas comprise lawn/shrub/planted areas (2,513 SF), paved areas (222,041 SF), unimproved grounds (3,761 SF), and garages (1,057 SF). Canopies total 15,407 SF. The facility also has three hand sanitizer dispensers in the administration building.
    The Lincoln-Juarez Port of Entry in Laredo, TX, operates 24/7 and serves approximately 180 occupants across multiple buildings. The facility includes various structures for bus, private vehicle (POV), and truck processing, as well as administration, USDA operations, and import docks. Key buildings range from one to two stories, with specific operational hours for some interior spaces (8:00 am to 5:00 pm, Monday through Friday, including Federal holidays). Interior statistics detail rentable and net cleaning areas, along with specific spaces like corridors, toilet rooms, offices, labs, and inspection booths. The site also features extensive canopies for various inspection points and large outdoor areas, including 126,528 SF of lawn and 897,936 SF of paved area. Hand sanitizer dispensers are located in the Admin Building, Import Building, and Bus Processing area.
    The Lincoln-Juarez Port of Entry in Laredo, TX, operates 24/7 and serves approximately 180 occupants across multiple buildings, some of which have specific operating hours. The facility comprises various structures, including a two-story Administration Building (Building 2) with a rentable area of 42,109 SF, a two-story Bus Processing building with 40,104 SF, and a two-story Import Dock (Building 6) with 40,751 SF. Other key areas include Bus and POV (Privately Owned Vehicle) inspection canopies and hard secondary inspection areas, as well as several kennels. The facility also features extensive outside grounds with 126,528 SF of lawn and 897,936 SF of paved area, along with numerous canopies totaling 122,576 SF. Hand sanitizer dispensers are strategically located in the Admin Building, Import Building, and Bus Processing pedestrian walkway. This detailed breakdown of the Lincoln-Juarez Port of Entry provides essential facility information for operational and maintenance planning.
    The World Trade Port of Entry (07020849) in Laredo, TX, is a single-story facility with approximately 220 occupants working varied hours seven days a week. This document details the interior and exterior statistics of the port, including various buildings and inspection areas. Key interior spaces include the Administration Building/Command Center, Truck Primary and Secondary Inspection areas, an Import Dock, Truck Waiting Area, NII Building, Seizure Vault, Kennels, Exit Booths, Export Dock, FMCSA Building, and Fast Lanes POV Primary Inspection. These areas collectively comprise significant rentable and net cleaning square footage, along with specific fixtures for restrooms and other functional zones. The exterior grounds encompass vast areas of lawn, paved surfaces, unimproved land, numerous canopies for various inspection and waiting areas, and loading docks. Additionally, the facility includes hand sanitizer dispensers strategically placed at key locations. This detailed breakdown of square footage and amenities is essential for understanding the operational scope and potential maintenance or development needs of the World Trade Port of Entry.
    The document details the facility specifications for the Border Patrol Sector Headquarters located at 207 West Del Mar Blvd, Laredo, TX, likely for a government RFP related to facility services. It outlines the interior and exterior areas of three buildings (TX0511LR, TX0512LR, TX0513LR), including rentable and net cleaning areas, specific room types, and fixture counts. Key details include working hours, with the Radio Room operating 24/7, and various square footages for general office space, corridors, toilet rooms, and storage. The exterior breakdown covers lawn, paved areas, unimproved grounds, and canopies. Additionally, it notes the presence of hand sanitizer dispensers in Building A. This comprehensive overview provides essential data for contractors bidding on maintenance, cleaning, or other facility-related services.
    The document provides detailed facility information for the Border Patrol Sector Headquarters located at 207 West Del Mar Blvd, Laredo, TX. It outlines the interior statistics for three buildings (TX0511LR, TX0512LR, TX0513LR), including rentable area, net cleaning area, and specific space allocations for corridors, toilet rooms, offices, and a 24-hour radio room. The facility has a population of approximately 82, with official working hours from 8:00 am to 5:00 pm, Monday through Friday, excluding Federal holidays, except for the radio room which operates continuously. Additionally, the document details the outside grounds area, including lawn, paved, and unimproved areas, as well as canopy sizes and the location of hand sanitizer dispensers. This information is crucial for understanding the scope and requirements for potential government RFPs related to maintenance, cleaning, or facility management services.
    The World Trade Port of Entry facility in Laredo, TX, with approximately 220 occupants, operates extended hours across various days. This document details the interior and exterior areas of the facility, outlining rentable and net cleaning square footage for multiple buildings and inspection areas. Key interior spaces include the Administration Building/Command Center, Truck Primary and Secondary Inspections, Import and Export Docks, NII Building, Kennels, and FMCSA Building, each with specific square footage for offices, corridors, toilet rooms, and specialized areas like labs and inspection booths. The exterior grounds encompass vast areas of lawn, paved surfaces, unimproved land, and numerous canopies associated with different inspection points and waiting areas. Additionally, the document notes the locations and quantities of hand sanitizer dispensers within the facility. This comprehensive breakdown of the facility's physical layout and amenities is crucial for understanding its operational capacity and potential maintenance or upgrade requirements for federal government RFPs, grants, or state/local RFPs.
    The agreement between NCS/EML JV III and Local 351 of the International Union of Operating Engineers outlines the terms for maintenance, janitorial, and landscape services at the U.S. Port of Entry in Laredo, Texas, covering the period from June 1, 2025, to May 31, 2028. Key provisions include union recognition and security, wage scales, benefits, work hours, and grievance procedures. The document emphasizes cooperation on health and safety standards, employee leave policies, and job classifications while establishing a framework for disputes and modifications to the agreement.
    The General Services Administration (GSA) is soliciting proposals for a Full Maintenance Statement of Work (SOW) for operations, maintenance, custodial, grounds, and related services across six federal buildings in Laredo, Texas. This 100% set-aside for 8(a) Small Business Concerns covers a one-year base period and four one-year option periods, from June 2026 to May 2031. The solicitation, number 47PH0225R0006, was issued on October 2, 2025, with offers due by November 2, 2025. Key dates include a pre-proposal meeting on October 13, 2025, and site visits from October 15-17, 2025. The contract emphasizes a "facilities engineering" and "systems thinking" approach, promoting a partnership between GSA and the contractor for efficient, sustainable asset management. It outlines detailed requirements for staffing, including key personnel qualifications, training, and certifications (e.e.g. EPA 608, NICET, NATE, NABCEP), and adherence to GSA IT security and identity verification policies.
    Similar Opportunities
    Renewal Option Lease in Brownsville, Texas - Redacted Justification
    Buyer not available
    The General Services Administration (GSA) is seeking to renew a lease for office space in Brownsville, Texas, as outlined in the justification document provided. This procurement aims to secure a suitable location for federal operations, ensuring continued access to necessary facilities for government functions. The leased office space is critical for maintaining effective service delivery and operational efficiency within the region. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or call 817-978-1504 for further details regarding the opportunity.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    TX-SANTA ANA NWR - JANITORIAL SERVICES (Base Perio
    Buyer not available
    The Department of the Interior, through the U.S. Fish and Wildlife Service, is seeking qualified contractors to provide janitorial services for the Santa Ana National Wildlife Refuge in Alamo, Texas. The procurement includes a base period of one year, with the potential for up to four additional option years, requiring services three days a week during specified evening hours. These janitorial services are crucial for maintaining the cleanliness and functionality of the refuge facilities, ensuring a welcoming environment for visitors and staff. Quotes are due by December 17, 2025, at 10 AM EST, and interested parties should submit their proposals via email to Dana Arnold at danaarnold@fws.gov, including all required documentation as outlined in the solicitation.
    U.S Government Seeks to Lease Office and Related Space in Washington, DC
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and related space in Washington, DC, with specific requirements for the space to accommodate government operations. The procurement involves a minimum of 15,050 ABOA square feet and a maximum of 17,000 RSF, with the lease term set for 10 years and an option for an additional five years. This opportunity is critical as it supports the GSA's need for compliant office space that meets various safety and accessibility standards, while also considering the economic advantages of alternative locations. Interested parties must submit their expressions of interest by December 11, 2025, at 3:00 PM, and can direct inquiries to Maurice Walker at maurice.walker@gsa.gov or by phone at 240-554-3022 x. 1.
    GSA Leasing Support Services Max (GLS Max)
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the GSA Leasing Support Services Max (GLS Max) contract, which will provide leasing support services to assist in the acquisition of leasehold interests and related real estate services for federal tenants. The contract will be structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) with a base year and four option years, focusing on lease acquisitions, post-award services, lease renewals, and lease extensions, with compensation derived from negotiated real estate commissions paid by building owners rather than direct payments from GSA. This procurement is crucial for ensuring effective lease management and support for GSA's operations, with proposals due by 4:00 PM (Eastern Time) on May 5, 2025, and an estimated contract award value of at least $50,000 per awardee. Interested parties can contact Felipe P. Jolles at felipe.jolles@gsa.gov or Christine Allen at christine.allen1@gsa.gov for further information.
    General Services Administration Office Space Santa Fe City in New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease a warehouse and wareyard space in Santa Fe, New Mexico, to support the National Park Service Southwest Regional Office. The procurement requires 2,000 ABOA square feet of warehouse space and an additional 2,744 square feet of wareyard, which will be utilized for various critical operations including storage of tools, equipment, historic assets, and workspace for projects related to Facilities Operations, Archeology, and National Trails. Interested parties must ensure that the offered space complies with government standards for fire safety, accessibility, seismic, and sustainability, and is not located in a floodplain. Expressions of Interest are due by December 26, 2025, with an estimated occupancy date of January 10, 2028. For further inquiries, contact Lease Contracting Officer Thomas Roberts at thomas.roberts@gsa.gov or call 817-585-2704.
    General Services Administration-Lease Office, Houston, TX
    Buyer not available
    The General Services Administration (GSA) is seeking to formalize a lease agreement for office space in Houston, Texas, under the Public Buildings Service. The awarded lease, identified as Lease : LTX17261, commenced on April 1, 2023, and is managed by Connie French, Airline Affairs Manager at the Houston Airport System. This lease is crucial for accommodating federal operations in the region, with a total annual rent of $1,249,121.13. For further inquiries, interested parties can contact Zachary Crawford at zachary.crawford@gsa.gov or call 817-850-8449.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    Buyer not available
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically 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 Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    Extension Lease in Early, Texas - Redacted Justification
    Buyer not available
    The General Services Administration (GSA) is seeking to extend a lease for office space in Early, Texas, as outlined in the redacted justification document. This procurement involves the lease/rental of office buildings, which is essential for the GSA's operational needs in the region. The justification for this lease extension is detailed in the attached document, which provides further context on the necessity and implications of the procurement. Interested parties can reach out to Meredith Whitley at meredith.whitley@gsa.gov or call 817-978-0298 for additional information regarding this opportunity.
    Extension Lease in Corpus Christi, TX - Redacted Justification
    Buyer not available
    The General Services Administration (GSA) is seeking to extend a lease for office space in Corpus Christi, Texas, as part of its ongoing facilities management efforts. This procurement involves the lease/rental of office buildings, which is crucial for maintaining operational capabilities within the region. The justification for this lease extension can be found in the attached document, which outlines the specific needs and rationale for the procurement. Interested parties can reach out to Richard Noel at Richard.Noel@gsa.gov or by phone at 817-978-4436 for further details regarding this opportunity.