SOURCES SOUGHT
R -- Building Operations and Maintenance Services, Moorhead Federal Building, Pittsburgh, PA
- Notice Date
- 8/14/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Allegheny Service Center (3PK), The Strawbridge Building, 20 North 8th Street, Philadelphia, Pennsylvania, 19107, United States
- ZIP Code
- 19107
- Solicitation Number
- GS-03P-09-CD-MoorheadOperationsAndMaintenance
- Point of Contact
- Jesse A Cohen,
- E-Mail Address
-
jesse.cohen@gsa.gov
(jesse.cohen@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE FOR Building Operations and Maintenance Services THIS IS A SOURCES SOUGHT NOTICE ONLY. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), Region 3, is seeking information on technically capable, and otherwise responsible, interested small businesses, including HUBZone, 8(a) or Service Disabled Veteran Owned Small Business, firms that would be interested in submitting offers for this anticipated solicitation for Building Operations and Maintenance services for the William S. Moorhead Federal Building in Pittsburgh, Pennsylvania. The location of performance is: William S. Moorhead Federal Building 1000 Liberty Avenue Pittsburgh, PA 15222 General Description of Scope of Services: This is a Performance Work Statement (PWS) for building operations and maintenance services for the William S. Moorhead Federal Building, located in downtown Pittsburgh, Pennsylvania. This contract is being solicited as a 2-year base contract, with one 2-year option, and two 3-year option periods, for a potential contract period total of ten (10) years. The Moorhead Federal Building is a 27 story glass and steel office building composed primarily of federal office space totaling 785,127 gross square feet. The successful contractor will act as partner to the General Services Administration and be expected to offer solutions and decisions that are in the best interest of the government and taxpayer in the management and performance of complete facility operations, maintenance, inspection, and repair of all mechanical systems covered under the scope of this contract. The Contractor will be required to employ an active, effective Quality Control Program ensuring all services performed are of the highest quality standards and that any defects in workmanship or performance are corrected before any service delivery issues arise. The Contractor must provide management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems to include the following: 1. Electrical systems and equipment. 2. Mechanical, plumbing, energy management control systems (EMCS) where applicable, and heating, ventilation, and air conditioning (HVAC) systems and equipment. 3. Fire protection and life safety systems and equipment. 4. All control systems that are within the scope of this contract. 5. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6. Service request response, including after hour emergency response, and utilization and administrative support of the GSA owned Computerized Maintenance Management System (CMMS). 7. Kitchen/Cafeteria fixtures. 8. Dock levelers. The Contractor will not be responsible for items excluded from this scope. GSA has in-house employees and 3rd party contractors who will be responsible for items excluded from this scope. The Contractor will not be responsible for the supervision or oversight of GSA employees or 3rd party contractors. The Contractor will not be responsible for the quality control, nor be held liable, for the work performed by other parties. Services excluded from this scope during normal operating hours: 1. Security systems. 2. Telecommunication systems. 3. Equipment owned and operated by tenant agencies. 4. Office furnishings. 5. Kitchen/Cafeteria appliances and equipment (but ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment are included in the scope). 6. Equipment owned by servicing public utilities. 7. Fitness center equipment. 8. Central service request desk operations. 9. Snow removal. 10. Delivery acceptance. 11. GSA’s key control program. 12. Card reader system. 13. Vertical transportation. 14. Grounds care The applicable NAICS code is 561210, Facilities Support Services, and the small business size standard is $35.5 million. The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.3 to select the firms offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, award will be made using best-value, source-selection procedures incorporating tradeoffs between price-related and non-price related factors. Response Information: The following information is requested in your response: (1) Identification (including name, address, phone number and DUNS number) and verification of the company to be certified by the Small Business Administration as a small business, including verification as a HUBZone, 8(a) or Service Disabled Veteran Owned Small Business, if applicable. (2) Past Experience - provide a list of two (2) contracts completed (or on-going) within the last three (3) years (within the closing date of this pre-solicitation notice). If submitting information for a current contract, it must have been in place at least twelve (12) months as of the closing date of this pre-solicitation. Include the dollar value of each of the contracts over the life of the contract and a description of the contract, including how it related to this procurement. An owner Point of Contact with a telephone number must be provided for all projects submitted. Interested firms should submit a Letter of Interest with the above requested information to Mr. Jesse A. Cohen, Contracting Officer. Please email your response to Jesse.Cohen@gsa.gov by August 28, 2009, 3:00pm, Eastern Time. For additional information regarding this potential opportunity, please contact Mr. Jesse A. Cohen, Contracting Officer, at Jesse.Cohen@gsa.gov. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio-economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS-03P-09-CD-MoorheadOperationsAndMaintenance/listing.html)
- Place of Performance
- Address: Moorhead Federal Building, 1000 Liberty Ave., Pittsburgh, Pennsylvania, 15222, United States
- Zip Code: 15222
- Zip Code: 15222
- Record
- SN01912226-W 20090816/090815001951-b5f341623d439ece6e5c382cac9f8f69 (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 |