BMO Industry Days Master Slide Deck

You might also like

Download as pptx, pdf, or txt
Download as pptx, pdf, or txt
You are on page 1of 50

U.S.

General Services Administration

Building Maintenance & Operations Services (BMO)

Industry Day
Philadelphia – March 31
New York City – April 1
Washington, D.C. – April 2

0
Today’s Agenda

• Welcome

• Opening Comments

• FSSI Overview

• BMO Overview

• Small Business Strategy

• Acquisition Solution

• Next Steps

• Questions and Answers

1
Opening Comments

• GSA Senior Executives

• FAS Senior Executive Mary Ruwwe (Phi, NY),

• FAS Senior Executive Tom Sharpe (DC)

• PBS Senior Executive Michael Gelber (DC)

2
Strategic Sourcing Levers

7
Systematic Process: The What

FSSI Small Business Participation

These solutions are committed to:


▪ Baseline the small business spend
▪ Provide $ and % small business participation metrics
▪ Monitor to ensure small business baseline spend is met or exceeded
▪ Actively communicate small business story and strategy
▪ Include OSBU as well as SBA within the interagency commodity teams building the solution
▪ Meet with industry as part of standing the solution up and ongoing solution management

8
BMO Strategy: Overview

18 agencies have worked together for … to finalize a flexible BMO acquisition


over a year… vehicle
COMMODITY TEAM MEMBERSHIP
• Leverage federal
volume to drive savings
Acquisition • Improve spend visibility
• Air Force •GSA Optimization through data collection
•Army •NASA and reporting
•DHS •Navy requirements
•DLA •OFPP
• Operations and
•DOE •SBA Customized Maintenance Services
•DOJ •Treasury Solution • Facility Support Services
•DOS •USDA
•DOT – FAA •VA • Small business awards
that will allow for set-
•HHS •AbilityOne Small
asides
Business
• Zonal approach to
Participation facilitate small business
participation
BMO Strategy: Contract Structure

• Comprehensive and flexible, to cover all high-demand BMO commodity


services
• Open Market (FAR Part 15) Multiple Award IDIQ
• Allows for various contract types at the task-order level
• Goal of a 10-12 year IDIQ contract term (pending FAR deviation
approval)
• Agencies will be able to order a single service or a mix of multiple
services
• Applicable sustainable product requirements will be included
• Offers both large and small business participation
BMO Strategy: Scope

BMO Scope of Service Categories


BMO Strategy: Geographic Approach

• Establish individual geographic segments with unique vendor pools, each


segment operating under the same Terms & Conditions
• Develop additional zones across the nation during subsequent phases of
the solution, allowing for a well-targeted and phased implementation
across high value/need areas identified
• Total BMO addressable spend identified for Zone 1 is $1.5 Billion

Zone 1
DC
DE
MD
NJ
NY
PA
VA
WV

Legend:

= Proposed Zone 1

= Other Zones TBD


Small Business Strategy

• OMB Memo December 5, 2012 Improving Acquisition


Through Strategic Sourcing

• Market Research
- Existing small business participation
- GSA has reached out to industry via Requests for Information
and Interact.gsa.gov to assess small business capabilities and
ensure their participation during the development of the solution
- Geographic considerations
 Self-reported industry feedback from Interact.gsa.gov showed small
business vendors tend to perform in one or two geographic areas
Small Business Strategy

• Subcontracting requirements

• Set-asides can be made at the task order level within


unrestricted and small business set-aside contract
groups
Acquisition Solution

• DRAFT RFP released March 19, 2015 and closes April


17, 2015 (4:00 CST)

• Two (2) Final RFP’s will be released


- Small Business Set Aside
- Unrestricted
Section A - Standard Forms

• Reserved for SF 33
Section B - Services, Ordering and Prices

• Contract Type
- Government Wide Multiple Award, Indefinite Delivery, Indefinite
Quantity (MA-IDIQ)
- Allows for all contract types at the task order level (e.g., Cost-
Reimbursement (all types), Fixed-Price (all types), Time-and-
Materials, and Labor-Hour)

• Minimum Guarantee of $2,500/ No Maximum Ceiling


Section B - Services, Ordering and Prices

• Labor Categories and Standard Occupational


Classifications
- Standardized labor categories that correspond to the
Office of Management and Budget’s (OMB) Standard
Occupational Classification (SOC)
- Labor categories are either an individual labor category
mapped to a single SOC and functional description or a
labor category group mapped to multiple SOC Numbers
and functional descriptions
- The Contractor shall become proficient in the use of the
BLS SOC system in preparation for submitting Price
proposals under task order solicitations
Section C - Description/Specifications/ Performance
Based Statement of Work Statement (PBSOW)

• Background
- A comprehensive solution crossing multiple service categories
that can be sought as a single/multiple service
• Period of Performance
- Period of Performance is intended to be a 10-12 year term
• Scope/Requirements
- Covers most commonly used services
- Provides coverage for Zone 1- Delaware, Maryland, New Jersey
- New York, Pennsylvania, Virginia, West Virginia, and DC
• Performance Objectives
- Two separate Service Groups
1. Operations and Maintenance
2. Facility Support Services
- Each Service Group has services that required and optional
Section C - Description/Specifications/ Performance
Based Statement of Work Statement (PBSOW)
BMO Scope of Service Categories
Section C - Description/Specifications/ Performance
Based Statement of Work Statement (PBSOW)

• Other Direct Costs (ODCs) - Other direct costs relating


to incidental services and/or supplies that do not fall
within the scope of any other service category listed
under the BMO acquisition vehicle. These services
and/or supplies are necessary to complement a
contractor’s offerings to provide a comprehensive
solution to a customer requirement.

ODC purchasing thresholds shall be determined at the


task order level in accordance with ordering agency
policies.
Section C - Description/Specifications/ Performance
Based Statement of Work Statement (PBSOW)

Services Not Within Scope


The following services are not within the scope BMO:
• Energy Management and Water Conservation (services
related to the reduction of water usage)*
• Telecommunication systems
• Equipment owned and operated by government agencies.
• Furnishings (not installed as fixtures)
• Equipment owned by servicing public utilities
• Upgrade of software or software licenses (to include building
automation systems (BAS) and CMMS
• Computers and IT equipment
• Personally owned appliances

* Being removed from the list of services that are designated as not within scope.
Section D - Packing and Marking

• Conform to commercial standards

• Additional language can be added at the task order level


Section E - Inspection and Acceptance

• FAR Clause 52.246-4- Inspection of Services – Fixed


Price

• Additional language can be added at the task order level


Section F - Deliveries or Performance

• Places of Performance
- Zone 1 (Maryland, Virginia, District of Columbia, New York,
Pennsylvania, New Jersey, West Virginia and Delaware)

• Period of Performance
- Date of the Notice-To-Proceed through 5 years thereafter, with 1
(5-year) option that may extend the cumulative term of the
contract to 10 years in accordance with FAR 52.217-9, Option to
Extend the Term of the Contact, if exercised
Section G - Contract Administration

• Roles and Responsibilities (CO’s, OCO’s, COR’s, etc.)


• Contract Access Fee (CAF)- CAF fee 2% off the total
fixed price or estimated price and will be proposed as a
separate line CLIN
• BMO Reporting Modules
- Task Order Award Data
- Data for variation of contract types (Fixed Price, T&M, L-H, etc)
- Task Order Modification Data
- Information on Award Data
- Environmentally Sustainability Products Data
- CAF Payment Data
- Closeout Data
- Subcontracting Plan Data
• BMO and Task Order Close Outs
• Option Determination
Section H - Special Contract Requirements

• Ordering Procedures
All task orders under BMO must be:
- Solicited and awarded by an OCO with a Delegation of Procurement Authority
- Be within the scope of Section C and all other terms and conditions of the BMO
contract
- Identify the BMO Labor Categories and Service Occupational Codes
- Solicited and awarded under the proper NAICS Code and corresponding BMO
MA-IDIQ Contract Number
- Identify the proper Product Service Code (See Attachment BMO PSCs) and,
- Comply with the ordering procedures in FAR Subpart 16.505, Ordering, and
other applicable agency specific regulatory supplements.
- Comply with the Fair Opportunities ordering procedures outlined in FAR
Subpart 16.505 (b)(1)
• NAICS
- 2 separate service groups that span across 18 NAICS Codes (Operations and
Maintenance and Facility Support Services
- Based on 1 small business size standards ($38.5M)
- The OCO has the responsibility to determine which predominant NAICS code
applies to a task order solicitation
Operations and Maintenance, Primary NAICS 561210, Size Standard $38.5 M
Service / Service
NAICS Code NAICS Title Size Standard
Grouping
Operations and
561210 Facilities Support Services $38.5 M
Maintenance
Plumbing, Heating, and Air-
HVAC Maintenance 238220 $15 M
Conditioning Contractors
Plumbing, Heating, and Air-
Plumbing and Pipefitting 238220 $15 M
Conditioning Contractors
Other Building Equipment
Elevator Maintenance 238290 $15 M
Contractors
Electrical Contractors and
Electrical Maintenance 238210 Other Wiring Installation $15 M
Contractors
Fire Alarm System Security Systems Services
561621 $20.5 M
Maintenance and Repair (except Locksmiths)
Fire Suppression (Water
Plumbing, Heating, and Air-
Based) System Preventative 238220 $15 M
Conditioning Contractors
Maintenance and Repair

Roofing Services 238160 Roofing Contractors $15 M

Building Management Nonresidential Property


531312 $7.5 M
Services Managers
Architectural and Framework
Commercial and Institutional
Building Maintenance 236220 $36.5 M
Building Construction
Services

Commissioning Services 541330 Engineering Services $15 M

Elevator Inspection Services 541350 Building Inspection Services $ 7.5 M


Facility Support Services, Primary NAICS 561210, Size Standard $38.5M
Service / Service
NAICS Code NAICS Title Size Standard
Grouping

Facility Support Facilities Support


561210 $38.5 M
Services Services

Janitorial 561720 Janitorial Services $18 M

Landscaping/Grounds
561730 Landscaping Services $7.5 M
Maintenance

Cemetery Maintenance 561730 Landscaping Services $7.5 M

Exterminating and Pest


Pest Control 561710 $11 M
Control Services

Waste Management
562111 Solid Waste Collection $38.5 M
and Recycling Services
Section H - Special Contract Requirements

• GSA BMO Webpage


- Website for the purposes of informing our customers,
stakeholders, and the general public of the attributes and
procedures for BMO

• Minimum Task Order Awards


- Starting from the date of the BMO Notice-to-Proceed, the
Contractor shall attain a minimum of 5 task order awards or a
total task order estimated value of $100M (total estimated value
of all task orders inclusive of all options) prior to the exercise of
Option I under BMO
Section H - Special Contract Requirements

• On-Ramping
- Vertical Contract On-Ramping
- Open Season On-Ramping
- Focused On-Ramping (SubPool Creation)

• Dormant Status

• Off-Ramping
Section I - Contract Clauses

• See Draft RFP for Contract Clauses


Section J - Attachments

Notice to the Public and Interested Self Scoring Worksheets


Offerors
Pre-award Surveys
Public Notice of Industry Day
Past Performance Rating Survey
Standardized Labor Categories and
Definitions Price Template

BMO PSCs Relevant Project Experience


Template
Additional Personnel Qualification
Requirements Sub-Contracting Plan

Sustainability Product List Required Reports

Proposal Checklists
Section K - Representations and Certifications (Reps
and Certs)

• See Draft RFP for Reps and Certs


Section L - Instructions, Conditions, and Notices to
Offerors or Respondents

• Provisions (FAR and GSAR)

• Proposal Format

• Offerors shall include all Four (4) sections in separate


electronic folders and proposal documents onto a single
DVD+r disk
Section M - Evaluation Factors

• Basis of Award
- Best value continuum for awards
 Highest Technically Rated Offerors with a Fair and Reasonable
Price
 Core technical expertise in a variety of services with capabilities
that are most important to Government Customers
• The Government intends to award contracts without
discussions
- Initial proposals must contain the best offer
- The Government may conduct clarifications
- The Government reserves the right to conduct discussions if
determined necessary
Section M - Evaluation Factors

• Screening and Evaluation Process


- Two-step screening process for all offers received
 Verify that a support document exists
 Compare it to the Offeror’s self scoring worksheet
 Any discrepancies will be treated as clarifications

• Evaluation team will assign preliminary score in


accordance with the Scoring Table

• Offers will be sorted by highest score to lowest score for


each Service Group (O&M and Facility Support
Services) to develop a competitive range
Section M - Evaluation Factors

• Section 1 - General Information


- The General Information section consists of the following sub-
sections:
 Offeror’s SF 33
 Proposal Checklist
 Self Scoring Worksheet
 Meaningful Relationship Commitment Letters (if applicable)
 Existing Joint Venture/Partnership (if applicable)
Section M - Evaluation Factors

• Section 2 - Responsibility
- The Responsibility section consists of the following:
 SAM Record (to include EPLS)
 Representations and Certifications
 Financial information GSA Form 527
 Pre-Award Survey SF 1408
Section M - Evaluation Factors

• Section 3 - Technical Experience - Relevant Project


Experience
- Three (3) different distinct projects per service offering. The
projects can cover single or multiple services categories
- Completed within the past Three (3) years or, be ongoing
- Projects submitted may be U.S. Federal Government, U.S. State
Government, and Non-Government/Commercial
- Each Project shall identify the following:
 Building type
 Building size (square footage)
 Stories of each building
 Services covered relevant to the Scope of Services
 Performance period
 Total dollar value
 Number of trade skills employed and number of exempt
positions employed
 A complete, clear, concise detailed statement of the description
of services covered in the project, including how the offeror
provided the services
Section M - Evaluation Factors

• Additional Evaluation Credit for Relevant Project


Experience:
- U.S. Federal Government customer
- Project involves Subcontracting/Teaming for services with at
least 2 separate entities that are certified as small business
- Optional Services
- Extended Contract Duration (over 3 years)
- Large Square Footage (over 20,000 sq. ft)
Section M - Evaluation Factors

• Section 3 - Technical Experience – Project Location


- A list of 2 projects (completed or ongoing) per state for ALL of
states of Zone 1
- If the offeror does not have a list of projects completed within
respective areas, they must provide written narrative
demonstrating capabilities of providing service coverage in Zone

• Additional Evaluation Credit


- Projects submitted that covers multiple locations listed in Zone 1
Section M - Evaluation Factors

• Section 3 - Staffing Plan


- The staffing plan should identify roles and responsibilities for all
employees

• Section 3 - Professional Compensation Plan


- Addresses methodology for determining salaries and fringe
benefits for professional employees in preparation of future task
order requirements

• Section 3 - Uncompensated Overtime Policy


- Policy for addressing uncompensated overtime consistent with
its cost accounting practices
Section M - Evaluation Factors

• Section 3 - Subcontracting Plan

• Section 3 - Sustainability Plan


- Approach toward implementing and promoting sustainable
practices in all aspects of BMO Services
- Additional Evaluation Credit
 Implement sustainable practices above and beyond the minimum
performance requirements

• Section 3 - Quality Control Plan


- Description of internal review procedures that facilitates high-
quality standards, identify the roles responsible for ensuring
quality control
Section M - Evaluation Factors

• Section 3 - Past Performance


- Past performance surveys for the same relevant project
experiences submitted
- PPIRS
- When past performance information is not available, the offeror
will not be evaluated favorably or unfavorably (neutral rating)
Section M - Evaluation Factors

• Section 4 - Price
- Firm Fixed Price (FFP) hourly rates for all applicable BLS SOC
standardized labor categories. At a minimum the rate shall
include a breakdown illustrating the following:
 Base rate (based on SCA, DBA CBA, as applicable)
 Health and welfare rate
 Overhead
 G&A
 Profit
 Fully Burdened Rate
- Government and commercial prices for the labor categories
offered
- Tiered Pricing
Next Steps

• Draft RFP closes April 17, 2015


• Comments on Draft RFP due April 17, 2015
• Final RFP expected release May, 2015
• Expected award September, 2015
• Email: fssi.bmo@gsa.gov

47
Question and Answer Session

• Questions submitted online prior to event – answers will


be posted to Interact
• In-person Q&A

48
Thank You For Your Participation!

Contact the BMO Team (fssi.bmo@gsa.gov) with


any questions you may have

49

You might also like