SOLICITATION NOTICE
R -- Administrative Services Minnesota and Wisconsin GS05P16SAD7009 - RFP_GS05P16SAD7009 Administrative Services
- Notice Date
- 7/19/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), ACQUISITION MANAGEMENT DIVISION (3PQ), The Dow Building, 100 S Independence Mall West, 2nd Fl, Philadelphia, Pennsylvania, 19106-1521, United States
- ZIP Code
- 19106-1521
- Solicitation Number
- GS05P16SAD7009
- Point of Contact
- Jessica Hillsley, Phone: 3128863313
- E-Mail Address
-
jessica.hillsley@gsa.gov
(jessica.hillsley@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment Contractor Cost Proposal Worksheet due with proposal Attachment Standard Form 24 Bid Bond due with proposal Request for Proposal for Administrative Services for 3 locations in Minnesota and Wisconsin GS05P16SAD7009 GS-05-P-16-SA-D-7009 COMBINED SYNOPSIS/SOLICITATION THIS IS A REQUEST FOR PROPOSAL. The purpose of this acquisition is to procure administrative services for the following locations: Location 1: Milwaukee Federal Building and US Courthouse, 517 E. Wisconsin Ave., Milwaukee, Wisconsin 53202 Location 2: W.E. Burger Federal Building and US Courthouse, 316 N. Robert Street, St. Paul, Minnesota 55101 Location 3: US Federal Building and US Courthouse, 300 S. Fourth Street, Minneapolis, Minnesota 55415 The performance period for this requirement is a one-year base period with four one-year options. The estimated start date is November 1, 2016. This procurement is a total small business set aside. The NAICS code is 561110 with a size standard of $7.5 million dollars. This is a negotiated best value procurement. Proposals will be evaluated on price and nonprice factors. A pre-proposal conference is scheduled for August 11, 2016 (refer to Pre-Proposal Conference Notice Attendance form for details). The solicitation is posted as of July 19, 2016 with a closing date of August 19, 2016 at 3:00PM local time. The solicitation is available for download through the Federal Business Opportunities (FBO) (fedbizzopps.gov) website. All interested vendors must be registered with this website in order to download the solicitation and amendments. Offerors will be responsible for downloading the solicitation and for monitoring FBO for amendments and/or additional information. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. * * * * * * * * * * DESCRIPTION OF WORK: The Contractor through innovation, technology, or other means, shall perform the required administrative services at frequencies determined by the COR. In general, the administrative/reception service tasks include, but are not limited to: (a) Word processing using Microsoft Office, Word for Windows and typing using on-site software and hardware. Examples are: typing letters/memos from typed, handwritten or from an email draft; typing forms; and merging text from different sources into complete properly formatted documents. (b) Responding to priority non-routine work order within the usual scope of clerical/word processor tasks. Maintaining a cooperative approach and supporting the efficient professional work environment of the office. (c) Creating, manipulating, maintaining, and analyzing spreadsheets and databases using Excel and Access. (d) Learning other Government software programs. (e) Providing receptionist, faxing, and copier/duplicating functions. (f) Receiving and directing calls to Government personnel within the facility, taking and distributing phone messages, and answering general questions. (g) Formulating an accepted Government filing plan. (h) Filing documents according to accepted government filing plan. (i) Sorting and distributing mail for the effective operation of the facility. (j) Addressing and mailing packages and envelopes. (k) Receiving incoming service calls from building tenants. Relaying requests to proper building maintenance personnel and following up with the proper service request documentation. (l) Receiving and confirming conference room reservation requests. (m) Processing paperwork for security clearances for Contractors, etc. working on Government functions. (n) Processing paperwork pertaining to the transmittal of financial documents. (o) Other administrative tasks as assigned. There is no direct employee-employer relationship between the contractor employees and the federal government under this contract. The contractor shall provide supervision of the contract personnel provided. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). * * * * * * * * * * This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular (FAC) 2005-81. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (refer to Section L of the RFP). The provision at 52.212-2 Evaluation-Commercial Items, applies to this acquisition (refer to Section M of the RFP). A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be submitted with any offer (refer to Section L of the RFP). The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; the clause and addenda are outlined in Section I of the RFP. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is also contained in Section I of the RFP. All offerors must be registered in the System for Award Management (SAM), located at www.sam.gov, in order to be considered for award. Because these specifications are performance based, it is the responsibility of the offeror to review the entire solicitation and base their proposal on the solicitation. See the RFP document for more information. Tikelia Murphy Contracting Officer Tikelia.murphy@gsa.gov 312-485-2105 230 S Dearborn Street, Suite 3600 Chicago, IL 60604 Jessica Hillsley Contract Specialist Jessica.hillsley@gsa.gov 312-886-3313 230 S Dearborn Street, Suite 3600 Chicago, IL 60604
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PK/GS05P16SAD7009/listing.html)
- Place of Performance
- Address: Location 1: Milwaukee Federal Building and US Courthouse, 517 E. Wisconsin Ave., Milwaukee, Wisconsin 53202, Location 2: W.E. Burger Federal Building and US Courthouse, 316 N. Robert Street, St. Paul, Minnesota 55101, Location 3: US Federal Building and US Courthouse, 300 S. Fourth Street, Minneapolis, Minnesota 55415, United States
- Zip Code: 55415
- Zip Code: 55415
- Record
- SN04187593-W 20160721/160719234601-970b8b8610aae316ea234c26fe7a03d3 (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 |