Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2012 FBO #3975
SOLICITATION NOTICE

M -- Full Maintenance Services in West Texas

Notice Date
10/10/2012
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-12-JU-D-0074
 
Archive Date
11/9/2012
 
Point of Contact
Matthew A. Phillips, Phone: 8179780295
 
E-Mail Address
matthew.phillips@gsa.gov
(matthew.phillips@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
General Services Administration (GSA), Public Buildings Service, Greater Southwest Region, intends to solicit proposals for Full Maintenance services (Full Maintenance services include Operations & Maintenance, Custodial, and Lawn and Grounds Maintenance services) at the following four locations: J. M. Jones Federal Building, 205 East 5th Street, Amarillo, TX TX0006ZZ G. H. Mahon Federal Building/Courthouse, 1205 Texas Avenue, Lubbock, TX TX0230ZZ G. Mahon Post Office/Courthouse and Maintenance Garage, 100-200 East Wall Street, Midland, TX TX0220MD O.C. Fisher Federal Building/Courthouse, 33 East Twohig Avenue, San Angelo, TX TX0163ZZ The solicitation number will be GS-07P-12-JU-D-0074. The procurement will be awarded using FAR Part 15 procedures. The period of performance will be a base period of twelve (12) months with four (4) one-year option periods to begin on or about April 1, 2013. The contract type will be Firm-Fixed-Price for standard monthly services with an Indefinite-Quantity provision for additional services. Offerors will be expected to provide all management, supervision, labor, materials, equipment, and supplies necessary to perform Full Maintenance services. Offerors will also be expected to enhance building operations in terms of energy conservation and water consumption, recycling programs, and the utilization of green products and services. The facilities that will be covered by this solicitation encompass approximately 427,594 aggregate square feet in five (5) facilities (facilities range in size from approximately 7,304 square feet to 182,774 square feet). In accordance with FAR 52.219-6, this procurement will be a TOTAL SMALL BUSINESS SET-ASIDE. At the time that an offeror submits its offer, it must represent to the Contracting Officer that it is a Total Small Business concern under the North American Industry Classification System (NAICS) 561210 with the small business size standard of $35.5M. A joint venture will be considered for award as long as each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement and the joint venture is registered within the System for Award Management (SAM) at the time the joint venture submits its offer under this solicitation. The Government will recognize the integrity and validity of the joint venture, provided, the arrangements are identified and company relationships are fully disclosed in an offer, or, for arrangements entered into after submission of an offer before the arrangement becomes effective. Additionally, FAR 52.217-8, Option to Extend Services, will also be included in the solicitation and FAR 5.202(a)(11) exception to synopsizing the option will apply if that option is exercised. The solicitation will be issued in electronic format only and will be posted on the Federal Business Opportunities website located at https://www.fbo.gov/. No phone or fax requests for a copy of the solicitation will be accepted. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. The solicitation will be available for download on or about October 25, 2012. A pre-proposal conference/site visit will be noted within the solicitation. Proposal submissions will be due on or about December 18, 2012. Offerors MUST be registered within the SAM database in order to receive an award for this procurement. The website for SAM is https://www.sam.gov/portal/public/SAM/. SAM is a Federal Government owned and operated free web site that consolidates the capabilities in the Central Contractor Registration (CCR)/FedReg, and Online Representation and Certifications Application (ORCA). Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes. Offerors are required to use the SAM database for Representation and Certification submissions under this solicitation. All responsible sources may submit a proposal which shall be considered by the agency. Questions may be directed to Matthew Phillips, Contracting Officer, at matthew.phillips@gsa.gov. Interested parties should include their company name, point of contact, address, telephone number(s) E-mail address, and reference the solicitation number GS-07P-12-JU-D-0074.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-12-JU-D-0074/listing.html)
 
Place of Performance
Address: Amarillo, Lubbock, Midland and San Angelo, Texas, United States
 
Record
SN02911852-W 20121012/121010234757-814c5ae3f8c6679a3097ff538493fc44 (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 |
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.