Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2014 FBO #4778
SOURCES SOUGHT

M -- O&M/Full Maintenance Services, Baton Rouge, Lafayette, and Houma, LA

Notice Date
12/22/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS07P15JUD0017
 
Archive Date
1/31/2015
 
Point of Contact
Matthew A. Phillips, Phone: 8179780295, David Frye, Phone: (817) 978-7451
 
E-Mail Address
matthew.phillips@gsa.gov, david.frye@gsa.gov
(matthew.phillips@gsa.gov, david.frye@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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 three cities: Baton Rouge, LA (O&M), Lafayette, LA (Full Maintenance), and Houma, LA (Full Maintenance). The JM Shaw Courthouse (GSA Bldg. No. LA0099ZZ) located at 800 Lafayette Street, Lafayette, LA 70501 has a gross area of 215,151 total square feet; Ellender Federal Building/Post Office (GSA Bldg. No. LA0070ZZ) located at 423 Lafayette Street, Houma, LA 70360 has a gross area of 63,648 total square feet; Long Federal Building (GSA Bldg. No. LA0097BT) located at 777 Florida Street, Baton Rouge, LA 70801 has a gross area of 186,808 total square feet; Baton Rouge Federal Building/Courthouse (GSA Bldg. No. LA0006BT) located at 707 Florida Avenue, Baton Rouge, LA 70801 has a gross area of 67,361 total square feet; GSA PMD Depot Warehouse 6 Bldg 74 (GSA Bldg. No. LA0731BR) located at 2695 N. Sherwood Forest, Baton Rouge, LA 70814 has a gross area of 20,000 total square feet and GSA PMD Depot Bldg (GSA Bldg. No. LA0730BR) located at 2695 N. Sherwood Forest, Baton Rouge, LA 70814 has a gross area of 130 acres. 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 encompass approximately 461,161 aggregate rentable square feet among five buildings, plus 130 acres. 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: a.Electrical systems and equipment. (Required parts identified on the manufacturer's parts list and all products and components installed as part of the system). b.Mechanical systems and equipment (which includes all functional and moving parts that make the system work), plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. c.Domestic water equipment and systems d.Water treatment equipment and systems e.Sanitary sewage equipment and systems. f.Fire protection and life safety systems and equipment. g.All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract (BAS, and Computerized software maintenance is excluded). h.Architectural and structural systems, fixtures, and equipment within the site (to the property line). i.Service request desk operations as identified in Section C.1.8.4 to include record keeping using a computerized maintenance management system (CMMS) if available or by other means as well as other administrative functions. j.Maintenance of landscape irrigation systems. k.Locks, keys, keycard systems, keycard panels and associated equipment, cipher locks, combination locks, and including but not limited to all permanent safety fixtures such as perimeter planters. l.Updates of software or software licenses for BAS. m.Roll-up and sliding garage doors. n.Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. o.The Contractor shall complete roofing system investigations and repairs. Including lightening protection equipment (if applicable). p.Parking surfaces, stripping, numbering, signage, directional traffic flow indicators and associated equipment and systems including vehicle barrier systems and static and dynamic bollard systems. q.The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. r.Reporting of Elevator problems to the GSA or COR. s.Furnishings (not installed as fixtures). Paper, soap, and hand-sanitizer dispensing equipment in restrooms (Houma and Lafayette, LA. Only). t.Custodial and related services (Houma and Lafayette, LA. Only). u.Building directory board equipment and systems to include building signage. v.Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities; but not covered in the basic services of the contract, as described in this document. 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 $1,000,000 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), Friday, January 16, 2015. All responses under this Sources Sought Notice must be emailed to Matthew Phillips, Contracting Officer, at the following address: matthew.phillips@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS07P15JUD0017/listing.html)
 
Place of Performance
Address: JM Shaw Courthouse - 800 Lafayette Street, Lafayette, LA 70501; Ellender Federal Building/Post Office - 423 Lafayette Street, Houma, LA 70360; Long Federal Building - 777 Florida Street, Baton Rouge, LA 70801; Baton Rouge Federal Building/Courthouse - 707 Florida Avenue, Baton Rouge, LA 70801; GSA PMD Depot Warehouse 6 Bldg 74 - 2695 N. Sherwood Forest, Baton Rouge, LA 70814; GSA PMD Depot Bldg - 2695 N. Sherwood Forest, Baton Rouge, LA 70814., Baton Rouge, Louisiana, 70801, United States
Zip Code: 70801
 
Record
SN03603145-W 20141224/141222235015-db33fbdd13737df398cdb59dd661d1fb (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.