SOURCES SOUGHT
56 -- Facilities Support Services
- Notice Date
- 5/21/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
- ZIP Code
- 22219
- Solicitation Number
- SAQMMA09R255
- Archive Date
- 5/28/2009
- Point of Contact
- Tracy M Ford, Phone: 7038756056, JoAnn B Carroll, Phone: 703-875-6038
- E-Mail Address
-
fordtr@state.gov, carrolljb@state.gov
(fordtr@state.gov, carrolljb@state.gov)
- Small Business Set-Aside
- N/A
- Description
- The purpose this source sought notice is conduct a market research for potential qualified businesses that can provide the U.S. Department of State (DoS) with professional building operational and maintenance services. The services shall be uninterrupted and significantly increase the efficiency of building operations for developing innovations that improve performance. The contractor shall be responsible for the operation maintenance, repair, preventive maintenance, water treatment, Pest Control, Carpentry, Quality Assurance, installation and alterations of the building equipment and systems; fire suppression system, plumbing, mechanical, electrical, energy management, and building architectural systems, building custodial services, snow removal and reimbursable alterations, in accordance with the specifications of the contract. The contractor will be expected to actively participate in third party management system certification program pursued by DoS. Such programs may include U.S. Green Building Council Leadership in Energy and Environmental Design for Existing Buildings Operations and Maintenance (LEED EB O&M), the Occupational Safety and Health Administration’s Voluntary Program (VPP) and the Environmental Protection Agency’s Performance Track Program. The contractor shall be familiar with certified mandatory Environmental Health and Safety Management System Programs in accordance with state and federal laws. A facility security clearance at the TOP SECRET level is required for the contractor’s performance under this requirement. We request that interested and qualified businesses submit capability statements (electronic submissions are welcome) to the Contract Specialist, Ms. Tracy R. Ford, fordtr@state.gov, within five business days of the release of this announcement. Capability statements must describe the company’s ability to retain required instructional personnel, as well as key management personnel who must qualify for Top Secret Clearances. Contractor will not be required to maintain or store any classified information at his location. Capability statements should include relevant past performance information. Based on the above summary description of contract requirements, companies are encouraged to suggest to the Government the most appropriate and useful contract type. At this time the Government is considering an RFP that will result in the award of a single IDIQ performance base contract. The Government does not intend to pay for the information solicited in this synopsis and will not recognize any costs associated with submission of the information. This synopsis does NOT constitute a future contract and there is NO solicitation available at this time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA09R255/listing.html)
- Place of Performance
- Address: Washington, D.C. Metropolitan Area, Washington, District of Columbia, 20520, United States
- Zip Code: 20520
- Zip Code: 20520
- Record
- SN01824956-W 20090523/090521235536-4468154e669419c5710559e807baef19 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |