GSA Building and Maintenance Operations

General Overview

The US General Services Administration has developed a government-wide solution for Federal Strategic Sourcing for Building Maintenance and Operations. This initiative is set aside small business and is chartered under the Federal Governments Chief Acquisition Council (CMLC), which is overseen by the Office of Federal Procurement Policy (OFPP) and is herein referred to as BMO SB.

Building Maintenance and Operations (BMO) strategic sourcing solution is a comprehensive and flexible solution covering all high-demand BMO services. It is an open market, multiple-award, indefinite delivery, indefinite quantity (MA-IDIQ), government-wide contract vehicle supporting the strategic sourcing initiative to reduce costs and drive efficient purchasing by federal agencies.

BMO Small Business (SB) is designed to address agencies’ need for a comprehensive range of service requirements that covers services relating to building maintenance with the flexibility for various contract types and pricing at the task order level.

BMO received a best-in-class designation by meeting five rigorous category management performance criteria as defined by Office of Management and Budget guidance.

The BMO vehicle is a 10-year contract with one 5-year base and one 5-year option at the parent contract level. Agencies seeking longer than a 5-year task order must request a deviation from their own agency. BMO allows for the following contract types at the task-order level:

  • Fixed price;
  • Time and materials;
  • Labor hours; or
  • Hybrid of any of these.

The scope of BMO SB spans many areas of expertise and includes the primary services required to provide a total solution to maintain and operate federal buildings and assets. BMO SB are setup to allow agencies the flexibility of purchasing services all-inclusive or individually.

GCR-Dean, LLC has been approved to provide BMO services in Zone 1, which includes Delaware, Maryland, New Jersey, New York, Pennsylvania, Virginia, West Virginia, and Washington, DC.

Contract Number: 47QSHA19D000T

GCR-Dean, LLC capabilities include:

  • HVAC Maintenance
  • Electrical Maintenance
  • Plumbing and Pipefitting
  • Elevator Maintenance
  • Fire Alarm System Maintenance and Repair
  • Fire Suppression System PM and Repair
  • Roofing Services
  • Building Management Services
  • Architectural & Framework Building Maintenance Services
  • Commissioning Services
  • Other Facilities Management Related Services
  • Janitorial
  • Landscaping/Grounds Maintenance
  • Pest Control

Key Personnel POC Information

Michael Albritton
Contract Administration Representative
(910) 215-1909
[email protected]

Glenda Ritter
Contract Access Fee (CAF) POC
(910) 215-1918
[email protected]

BMO SB Contract and all Modifications in PDF format
DUNS: 081233290
Sustainability Disclosures: None

Section A
Section B
Section C
Section D
Section E
Section F
Section G
Section H
Section I
Section K

GCR has been approved to provide BMO in Zone 3, which covers Florida, Georgia, North Carolina and South Carolina.

Contract Number: GS06Q17BQDS209

GCR capabilities include:

  • HVAC Maintenance
  • Electrical Maintenance
  • Plumbing and Pipefitting
  • Elevator Maintenance
  • Fire Alarm System Maintenance and Repair
  • Fire Suppression System PM and Repair
  • Roofing Services
  • Building Management Services
  • Architectural & Framework Building Maintenance Services
  • Commissioning Services
  • Other Facilities Management Related Services
  • Janitorial
  • Landscaping/Grounds Maintenance
  • Pest Control
  • Waste Management and Recycling Services

Key Personnel POC Information

Michael Albritton
Contract Administration Representative
(910) 215-1909
[email protected]

Glenda Ritter
Contract Access Fee (CAF) POC
(910) 215-1918
[email protected]

BMO SB Contract and all Modifications in PDF format
DUNS: 614155380
Sustainability Disclosures: None

Section A
Section B
Section C
Section D
Section E
Section F
Section G
Section H
Section I
Section K

GSA Schedule

Federal Supply Service: Authorized Federal Supply Schedule Price List

Online access to contract ordering information, terms and conditions, up-to-date pricing, and the option to create the electronic delivery order are available through GSA Advantage!, a menu-driven database system at www.GSAAdvantage.gov.

GCR’s awarded Special Item Numbers (SINs)

  • SIN 561210FAC – Complete Facilities Maintenance and Management
  • SIN ANCILLARY – Ancillary Supplies and Services
  • SIN ANCRA – Ancillary Repairs and Alterations
  • SIN OLM – Order Level Materials

Contract #: 47QSHA19D001U

Current Period of Performance: January 22, 2024 – January 21, 2029

Ultimate 20-year Contract Expiration Date: January 21, 2039

DUNS #: 614155380

Socio-Economic Status:  Small Business

Benefits of Schedules

Ordering activities often ask why they should use GSA Schedules to meet their procurement needs, and what are the benefits of doing so? In this article we will outline some key benefits of using GSA Schedules.

Multiple Award Schedules are multiple award, IDIQ contracts that buyers may leverage for the purchase of commercial products and services. These pre-competed, on-demand contracts are meant to increase the productivity and capacity of acquisition resources and provide quick and easy access to the right industry partners, allowing ordering activities to more efficiently complete the procurement process.

Use of FAR Subpart 8.4 procedures significantly reduces acquisition lead time. Orders can be awarded in days or weeks, rather than months.

10 reasons to use GSA Schedules:

For the most part, FAR Parts 13, 14, 15, and 19 do not apply to orders placed against GSA Schedules, and ordering activities only have to follow the simplified ordering procedures prescribed in FAR Subpart 8.4.

GSA Schedules have been synopsized at the contract level in FedBizOpps and satisfy the requirements of the Competition in Contracting Act (Pub. Law 98-369) and FAR Part 5, Publicizing Contract Actions. Ordering activities “shall not” synopsize (see FAR 8.404(a)).

Reps and certs are provided at the contract level. There is no requirement for reps and certs at the order level and ordering activities should rely on the size determination made at the contract level and displayed in GSA eLibrary.

Small Business set-asides are allowable at the discretion of the ordering activity contracting officer helping your organization to meet your socioeconomic goals. It is important to note that 80% of all GSA Schedule holders are small businesses and the simplified ordering procedures for Schedule set-asides are prescribed in FAR 8.405-5, not Part 19.

Note that the “rule of two” prescribed in FAR Part 19, in which agencies must set aside acquisitions exceeding $150,000 for small businesses when there is a reasonable expectation that 1) offers will be received from at least two responsible small business concerns offering the products of different small business concerns, and 2) award will be made at fair market prices, does not apply to orders issued against the GSA Multiple Award Schedules.

GSA performs the contractor responsibility determination IAW FAR Part 9 at the contract level. A separate determination of responsibility is not required at the order level.

Fair and reasonable pricing is determined by GSA at the contract level. Ordering activities must ensure that pricing does not exceed the GSA Schedule price and consider discounts offered at the order level when evaluating price.

Note: When buying services IAW FAR 8.405-2 the ordering activity is required to conduct an overall price reasonableness determination. This means that the proposed mix of labor and level of effort must be considered to ensure that the overall price provides the best value to the government.

The ordering activity is required to ask for a discount when the order exceeds the simplified acquisition threshold (SAT).

The FAR Part 15 debriefing requirement does not apply to orders issued against GSA Schedules. Ordering activities may provide feedback.

There is no requirement to establish a competitive range determination for orders issued against GSA Schedules. This is a Part 15 procedure that should not be used.

Business Size:

  • Small Business