Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOURCES SOUGHT

J -- Services include providing the management, supervision, labor, materials, equipment and supplies for the efficient, effective, economical and satisfactory operations, scheduled and unscheduled maintenance and repair of equipment and systems. - Sources Sought Notice O'Neill O&M

Notice Date
7/21/2016
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center Branch (1PSM), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
Mechanical_Maintenance_Services_Thomas_P_ONeill_Federal_Building_Boston_Massachusetts
 
Point of Contact
John Sarnoski, Phone: 617-565-8615
 
E-Mail Address
John.Sarnoski@gsa.gov
(John.Sarnoski@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice PLEASE RESPOND BY 4:00 PM EST ON 08/08/2016 NEGATIVE RESPONSES ARE ALSO REQUESTED This sources sought notice is market research to identify potential small businesses and socioeconomic small businesses capable of performing the requirement stated below. Region 1 of the U.S. General Services Administration (GSA), Public Buildings Service (PBS) is currently seeking qualified firms who would be interested in submitting proposals for this future procurement. The following is a synopsis of the requirement: GSA's Public Building Service in Region 1 requires mechanical maintenance at the Thomas P. O'Neill Federal Office Building in Boston, MA. Particular services include providing the management, supervision, labor, materials, equipment and supplies for the efficient, effective, economical and satisfactory operations, scheduled and unscheduled maintenance and repair of equipment and systems including the following: 1.Electrical systems and equipment. 2.Mechanical, 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. 3.Fire protection and life safety systems and equipment. 4.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 s Lighting Systems software maintenance is excluded). 5.Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6.Service request desk operations as identified in Section C.8.4 to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions. 7.Mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment). 8.Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems. 9.Dock levelers and roll-up and sliding garage doors. 10.The Contractor shall maintain all fixed equipment and systems, including playground equipment associated with the Child Care Center. The Contractor shall repair systems upon request and according to work items identified by the annual Child Care Center survey. 11.Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 12.The Contractor shall complete roofing system investigations and repairs. 13.The Contractor shall maintain and repair U.S. flag pole, lighting, pulley system and replace damaged flags. 14.The Contractor shall maintain kitchen/concessions area drains if applicable. 15.The Contractor shall maintain conveying equipment, parking control equipment, and loading dock equipment. 16.The Contractor shall maintain Government owned cafeteria refrigeration equipment. 17.The Contractor shall maintain the bird mitigation system. 18.The Contractor shall maintain solar panels. 19.The Contractor shall maintain lawn sprinklers. The North American Industry Classification System (NAICS) code that corresponds with this requirement is 238220. The small business size standard is a three-year average annual gross receipt of $15 million. GSA would expect to make one award under a single solicitation. THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT NOTICE. This is only a request for responsible, technically qualified sources in order to determine the appropriate method of procurement. Interested technically qualified firms shall submit detailed Statements of Capability. The Statements of Capability shall include detailed reference information and fully address and respond to the following questions. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. 1) Provide evidence of successful experience providing Mechanical Maintenance Services in an office building of similar size and complexity. 2) Demonstrate capability for providing all of the above mentioned services in the local Boston, MA area. 3) Will your firm provide at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern pursuant to FAR 52.219-14 that in performance of the contract in the case of a contract for Services (except construction)? 4) Will your firm submit a detailed proposal at a fair and reasonable price for this requirement when it is issued? 5) If your firm intends to submit a proposal are your Key Personnel and all other staff cleared through the Department of Homeland Security HSPD-12 security process? 6) Indicate whether your firm is small business, small disadvantaged business, service-disabled veteran owned, HubZone, Woman Owned, 8(a) or Large Business. The NAICS code for this contract is 238220 and the small business size standard is $15 million. Statements of Capability must be in writing and are due on 08/08/2016 at 4:00 p.m. Responses are limited to 20 pages. THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential business sources. The government will not reimburse responders for the cost of the submittals. Statements of Capability should be e-mailed to john.sarnoski@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/Mechanical_Maintenance_Services_Thomas_P_ONeill_Federal_Building_Boston_Massachusetts/listing.html)
 
Place of Performance
Address: 10 Causeway Street, Boston, Massachusetts, 02222, United States
Zip Code: 02222
 
Record
SN04191766-W 20160723/160721235917-94e63d31640a6d81043e90836e5d0124 (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.