Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2003 FBO #0595
SOURCES SOUGHT

Z -- Mechanical Maintenance Services

Notice Date
7/15/2003
 
Notice Type
Sources Sought
 
Contracting Office
Social Security Administration, Deputy Commissioner for Finance, Assessment and Management, Office of Acquisition and Grants, 1710 Gwynn Oak Avenue, Baltimore, MD, 21207-5279
 
ZIP Code
21207-5279
 
Solicitation Number
Reference-Number-04-0100
 
Response Due
8/1/2003
 
Archive Date
8/16/2003
 
Point of Contact
Donald Wadhams, Contract Specialist, Phone 410-965-1284, Fax 410-966-9310,
 
E-Mail Address
donald.wadhams@ssa.gov
 
Description
The Social Security Administration (SSA) seeks to identify small businesses which perform services classified under North American Industry Classification System (NAICS) Code 238220. The small business size standard for this Code is less than $12 million dollars in average gross annual receipts. The qualified firm would furnish all management, supervision, labor, supplies, materials, equipment and tools required to perform the Mechanical Maintenance functions at either the Southeastern Program Service Center (SEPSC) in Birmingham, Alabama or the Northeastern Program Service Center (NEPSC) in Jamaica, New York. The SEPSC is a twelve story building of approximately 650,000 square feet, approximately 605,000 of which are occupiable, located at 2001 12 Avenue North, Birmingham, Alabama. The NEPSC is a building of approximately 900,000 square feet, approximately 650,000 of which are occupiable, located at 155-10 Jamaica Avenue, Jamaica, New York. Contractor responsibilities include operation and maintenance of all air-conditioning/heating equipment; operation of the building computer system; daily operational tours and watches; service calls; preventive maintenance; emergency services, elevator maintenance and repair services; and other services required to ensure efficient operation of the buildings. Transportation for pick-up of emergency and day-to-day parts and materials; an on-site stock of expendable supplies including but not limited to: grease, lubricating oil, air filters, plumbing parts, fuses, wiping rags and paper, ribbons, disks, computer boards, etc. for the Building Computer System is required. Emergency call-back service for after hours is to be provided. Qualified personnel provided by the contractor would include individuals such as: Project Manager, Chief Engineer, Quality Control Engineer, Environmental Control Center (ECC) Manager and ECC Operator, Engineers, Building Computer System Technician, and Pneumatic Control Specialist. The firm?s employees essential to contract performance e.g., Shift-operating Engineers and the Building Computer System Operators would be required to be on-site 24 hours a day, 365 days each year at the facility. Other employee?s would be required to be on-site Monday through Friday during the facility?s working hours and be able to expeditiously respond to service calls after working hours and on weekends and holidays. Contracts would include a base year plus as many as seven incentive option years. Interested small businesses should respond within 15 calendar days from the issuance date of this sources sought synopsis by submitting complete information about their capabilities. Only written responses will be accepted and must clearly state the ability to provide the services e.g., information detailing their experience, past performance, duties, number and types of personnel in the Mechanical Maintenance of facilities similar to the size and complexities of the NEPSC or SEPSC. Projects submitted for review should be limited to those being currently performed or completed within the previous 3 years. No cost or pricing data is required or requested. The purpose of this sources sought synopsis is to gather data required to determine if there are sufficient numbers of interested and qualified small businesses to justify setting aside these acquisitions exclusively for small business participation. This is not a request for proposal and the Government does not intend to pay for the information solicited or received. Acknowledgement of receipt will not be issued, nor will respondents be notified of the results of the evaluation of the data received.
 
Place of Performance
Address: 2001 12 Avenue North, Birmingham, Alabama or, 155-10 Jamaica Avenue, Jamaica, New York
 
Record
SN00372178-W 20030717/030715214143 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.