MODIFICATION
S -- Department of State Facility Operations and Maintenance Services, including Janitorial Services, Denver Federal Center, Lakewood, Colorado
- Notice Date
- 5/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Denver Federal Center Service Center (8PD), 6th and Kipling Street, Building 44, Denver, Colorado, 80225
- ZIP Code
- 80225
- Solicitation Number
- GS-08P-10-JA-C-0053
- Archive Date
- 6/22/2010
- Point of Contact
- Beverly Carey, Phone: 303-236-8000ext 5257
- E-Mail Address
-
beverly.carey@gsa.gov
(beverly.carey@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITTING OFFERS FOR A FUTURE SOLICITATION. The General Services Administration (GSA), Public Buildings Services (PBS), Rocky Mountain Region (RMR), Denver Federal Center (DFC) Service Center, is conducting market research to identify technically qualified small business concerns (including 8(a), Small Disadvantaged Businesses (SDB), Woman-owned Small Businesses (WOSB), Historically Underutilized Business Zone (HUBZone) Small Businesses, Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) that are interested in and capable of providing Operations and Maintenance services, including janitorial services, as described below. The DFC Service Center is seeking capability statements from all eligible small business concerns under the North American Industry Classification System (NAICS) Code 561210 - Facilities Support Services, with a size standard of $35,500,000 per year. Based on the responses received from this SOURCES SOUGHT announcement, the proposed acquisition may be solicited as a Total Small Business Set Aside. This is a new requirement. The facility for which these services would be provided is currently under construction. The services included are general operation and maintenance (O&M) services, including janitorial services, to support a Tier III data center of approximately 110,000 gross square feet, which includes approximately 5,000 gross square feet of office space. The maximum number of employees for this facility is estimated at 30. As part of the O&M requirements, any maintenance or repair of any single mechanical or electrical component must be accomplished without interruption of the data center operations. The contractor will be required to maintain multiple systems, including (a) generators, (b) UPS, (c) Transfer Switches (STS/PDU), (d) Medium Voltage Equipment, (e) HVAC Equipment, (f) Office Space Equipment, (g) Building Automation System, and (h) Roof System. Additionally, the O&M contractor will be responsible to ensure the continual operation of fire protection and life safety systems. Janitorial and cleaning services will include maintaining and cleaning floors, windows, office space, restrooms, building fixtures, doors, elevators and stairways, indoor plants, removal of trash and recyclables and snow removal from doorways up to 25 feet away from the building. This contract will require Secret Security Clearance and may require Top Secret Security Clearance for all providers of services. The contract will be performed at the Denver Federal Center, W. 6 th Avenue and Kipling Street, Lakewood, Colorado. The successful offeror will be required to show proven experience and past performance in the operation and maintenance of data centers or computer centers, generally, and specifically, Tier III data centers by documenting past performance and experience with contracts of size and scope similar to the size and scope described above. Interested, qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 3 pages. The capability statement should include descriptions of contracts which are similar in size and scope to the DOS Facility Operations and Maintenance requirement described in this announcement. Firms should indicate eligibility for SBA programs and business types (i.e., Small Business, SBA-certified HUBZone, SBA-certified 8(a) Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran-Owned Small Business (SDVOSB). Information regarding SBA programs may be found at www.sba.gov. Capabilities Statements must be submitted not later than June 21, 2010. Send submissions to Beverly A. Carey, Contracting Officer, General Services Administration, Denver Federal Center, Building 41, P.O. Box 25546 (8PSDP), Denver, Colorado 80225-0546 or beverly.carey@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/8PD/GS-08P-10-JA-C-0053/listing.html)
- Place of Performance
- Address: Department of State Facility, Denver Federal Center, Lakewood, Colorado, 80225, United States
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN02157329-W 20100523/100521235800-2c7431404130a2ec88f3a2b920d01b0c (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 |