SOURCES SOUGHT
J -- Full Maintenance and Operations and Maintenance in Texarkana and three locations in Northern Louisiana
- Notice Date
- 1/31/2014
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQB), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- PENDING_Maintenance_Mechanical
- Point of Contact
- Sylvia T. Chinworth, Phone: (817) 978-8496, Stephen Carroll, Phone: 8179780609
- E-Mail Address
-
sylvia.chinworth@gsa.gov, stephen.carroll@gsa.gov
(sylvia.chinworth@gsa.gov, stephen.carroll@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS The General Services Administration, Public Building Service, Region 7, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support Full Maintenance and Operations and Maintenance (O&M) services in the following four cities: Texarkana, AR (Full Maintenance), Monroe, LA (O&M), Shreveport, LA (O&M), and Alexandria, LA (O&M). The Texarkana Post Office/Courthouse (GSA Bldg. No. AR0057ZZ) in Texarkana, AR has a gross area of 86,190 rentable square feet; the Monroe Federal Building/Courthouse (GSA Bldg. No. LA0029ZZ) in Monroe, LA has a gross area of 40,939 rentable square feet; the Shreveport Courthouse (GSA Bldg. No. LA0098ZZ) in Shreveport, LA has a gross area of 203,797 rentable square feet; the Alexandria Post Office/Courthouse (GSA Bldg. No. LA0002ZZ) in Alexandria, LA has a gross area of 41,750 rentable square feet. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210; the associated small business size standard is $35.5 million. The requirement contemplated herein encompasses approximately 372,676 aggregate rentable square feet among four buildings. In addition to custodial services such as cleaning, window washing, trash removal, recycling, landscaping, and maintaining a building, the Contractor shall provide management, supervision, labor, materials, equipment, and supplies for operations and maintenance services, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the building(s) listed above, to include the following: 1. Electrical systems and equipment. 2. Mechanical, plumbing, energy management control systems (EMCS) equipment, BAS systems and equipment, 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 include existing easements and right of ways). 6. Service call desk operations, to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions. 7. Maintenance of landscape irrigation systems. 8. Locks, keys, keycard systems, keycard panels and associated equipment, cipher locks, combinations locks, and including but not limited to all permanent safety fixtures such as perimeter planters. 9. Dock levelers. 10. Domestic water equipment and systems 11. Water treatment equipment and systems 12. Sanitary sewage equipment and systems 13. Storm drainage equipment and systems 14. Reporting of elevator problems and service calls to the Contracting Officer's Representative. 15. All flags, flagpoles and all associated equipment and systems. 16. Kitchen appliances and equipment 17. Roof and R oofing systems. 18. Parking, Parking Surfaces, striping, numbering, signage, directional traffic flow indicators and associated equipment and systems. 19. Building directory board equipment and systems 20. Building signage. The result of this market research will contribute to determining the method of procurement, including type of small business set-aside. NO LARGE businesses need to respond to this notice. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated to this request for capability information. If your organization has the potential capacity to perform these contract services, please provide the following information: (1) A complete and current record of your registration within the System for Award Management, located at https://www.sam.gov/. The record shall include your DUNS number, organization name, address, contact name, email address, web site address, telephone number, type of organization, and small business type(s). (2) A capability statement supporting claims of organizational and staff capability to perform Full Maintenance and Operations & Maintenance-related services described herein and ability to provide environmentally-responsible solutions inclusive of initiatives to conserve energy and water consumption, recycling programs, meeting or exceeding specific environmental, regulatory, or performance standards, and the utilization of green products and services. (3) A list of Full Maintenance and/or Operations & Maintenance contracts and associated federal customers with a minimum value over $500,000 per year (performed within the last 5 years). Include whether the services performed are in multiple-buildings, multi-story buildings, LEED certified buildings, courthouses, high-security areas, office buildings, and/or judicial offices. Also include the size of facilities (i.e., aggregate square feet. Please include the size range [smallest sq ft - largest sq ft] of the facilities as applicable). A point of contact (Building/Property Manager, Contracting Officer, etc.) to each identified contract related to item (3) above. Please provide the name, title, agency (or like concern), telephone number, email address, and physical address with the associated contract. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. GSA requests that potential sources only submit the minimum information necessary and no more than four (4) pages. The SAM.gov record does not count toward the 4 page minimum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. Submission Instructions: Interested parties, excluding large businesses, who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM (CDT) February 26, 2014. All responses under this Sources Sought Notice must be emailed to Sylvia Chinworth, Contracting Officer, at the following address: sylvia.chinworth@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/PENDING_Maintenance_Mechanical/listing.html)
- Place of Performance
- Address: Texarkana, AR Post Office and Courthouse, Monroe, LA Federal Building, Shreveport, LA Courthouse, Alexandria, LA Post Office and Courthouse, United States
- Record
- SN03278945-W 20140202/140131234441-4d4f7b1d73f11cbd5151b959842d1d6e (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 |