SOURCES SOUGHT
Z -- Operations and Maintenance Services - Statement of Work
- Notice Date
- 12/17/2014
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- Pakistan
- Archive Date
- 1/15/2015
- Point of Contact
- Richard F. Walsh, Phone: 7038754227
- E-Mail Address
-
walshrf@state.gov
(walshrf@state.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a Department of State (DOS) Sources Sought only. Contractors are requested to read and respond to the information below. The responses from this notice may be used as market research to determine an acquisition strategy of an imminent competitive acquisition. The purpose of this Sources Sought notice is to survey the small business vendor community for potential sources who can provide operations and maintenance services meeting the Department’s requirements. The responses received (or lack thereof) in response to this notice may be used as a partial basis for the Contracting Officer’s determination as to the appropriateness or inappropriateness of a small business or socio-economic set aside under the subsequent solicitation (RFP). The U.S. Department of State is seeking small business firms that are capable of providing the Department of State (DOS) with clerical, professional and maintenance support services for the US Embassy and consulates in Pakistan. These services are to be provided using American workers who hold Top Secret clearances from DoS. The functions to be performed include a broad range of operations, maintenance, repair and custodial duties and other related functions required to service the physical plant. Specific utility systems include HVAC, Elevator, and Generator. Services include carpentry, plumbing, painting, and electrical. The primary focuses of Contractor activity will be work a) in areas to which Diplomatic Security (DS) restricts access to personnel with Top Secret clearance, or b) with material of an administratively sensitive nature. The Contractor shall furnish all necessary management, personnel, and other services (such as payroll) to carry out the scope of work under this contract, except those specifically designated to be provided by the Government. This will be a Firm Fixed Price Contract. The fixed price will include all work, including furnishing all labor, materials, equipment and services. The contract has a Base Period of one Year, and four Option Periods of one year each, for a maximum contract duration of five years. In order to be considered for award of this contract, interested offerors must possess or be able to obtain a Defense Security Service (DSS) Top Secret facility clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DOD 5220.22-M. Offerors already possessing a Top Secret FCL must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. Participation of this request for information is voluntary, no compensation will be provided. All questions and responses should be submitted in writing via email to Walshrf@state.gov. Under no circumstances shall any respondent contact any other Department of State personnel regarding this notice. This is not a request for proposal. This is for informal purposes only. No award will be made on the basis of responses received to this notice. Response Format: Responses must be submitted electronically, formatted in Microsoft word (any version). Margins must be 1” on all sides, to print on 8 ½ x 11” paper. Typeface must be times New Roman, 12-point font. Responses should be specific to the attached specifications. The page limitation shall be five (5) pages, but respondents are cautioned to keep marketing materials and non-specific information to a minimum. No responses shall be accepted via US Mail or fax. The deadline to submit information is December 31, @ 5:00 pm Eastern time. Response Content: Responses are only solicited from small business concerns. Small businesses should include their socio-economic group. Responses should be concise, yet detailed. Firms should provide the following information: 1. Contractor’s statement of interest and capabilities statement. 2. Qualifications of team members, with an emphasis on those in key roles. Please include applicable licenses, registrations, and certifications, as well as other indicators of high quality professional performance. 3. Past performance demonstrating capabilities of similar government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/Pakistan/listing.html)
- Place of Performance
- Address: U.S. Embassy Pakistan, Pakistan
- Record
- SN03598677-W 20141219/141217234609-8a87ae6460c0fe1e9fdad3e0c0b6ed6a (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 |