Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2015 FBO #4809
SOURCES SOUGHT

M -- Operations and Maintenance Services - 8(a) Set Aside

Notice Date
1/22/2015
 
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
GS-07P-15-JU-D-0021
 
Archive Date
2/17/2015
 
Point of Contact
Sharan Lofton,
 
E-Mail Address
sharan.lofton@gsa.gov
(sharan.lofton@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The General Services Administration, Public Building Service Region 7, is issuing this 8(a) competitive sources sought synopsis as a means of conducting market research to identify interested parties that meet the 8(a) requirement and have the resources to support and provide the management, supervision, labor, materials, equipment, and supplies necessary to provide Operations and Maintenance (O & M) performance based services at multiple facilities, such as, the U.S. Courthouse and several Border Stations throughout the area of El Paso, TX. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210. This sources sought is set aside for qualified SBA 8(a) firms only. No other business concerns are eligible for consideration. The contract period of performance will be one (1) year, plus nine (9) one year options. The Contractor shall provide management, supervision, labor, materials, equipment, and supplies for Operations and Maintenance (O & M) services, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of all facilities in the service area identified above, to include the following services: 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 Roofing 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. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal. 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 System for Award Management (SAM) Registration, which includes DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, type of organization and small business type. (2) A capability statement supporting claims of organizational and staff capability to perform Operations and Maintenance (O & M) 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 Operations & Maintenance and/or Full 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). 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. This sources sought is set aside for qualified SBA 8(a) firms only. No other business concerns are eligible for consideration. 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 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 8(a) certified businesses, who consider themselves qualified to perform the above-listed services are invited to submit a response to this 8(a) competitive Sources Sought Notice by 3:00 PM (CST) February 2, 2015. All responses under this Sources Sought Notice must be emailed to sharan.lofton@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/GS-07P-15-JU-D-0021/listing.html)
 
Place of Performance
Address: Various Facilities located in El Paso, TX, El Paso, Texas, United States
 
Record
SN03622226-W 20150124/150122234753-079ffcaa4a9b54535e611ca389020bf4 (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.