SOURCES SOUGHT
J -- Operations & Maintenance Services for U.S. Courthouse and Federal Building, Bakersfield CA - RFI - Operations & Maintenance Services for U.S. Courthouse and Federal Building, Bakersfield CA
- Notice Date
- 2/22/2017
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (9PQ), 50 United Nations Plaza, San Francisco, California, 94102-3405, United States
- ZIP Code
- 94102-3405
- Solicitation Number
- EQ9P3PMFT-17-0014
- Archive Date
- 3/22/2017
- Point of Contact
- Mei S. Chan, Phone: 415-436-8759
- E-Mail Address
-
mei.chan@gsa.gov
(mei.chan@gsa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- SOW - Operations & Maintenance Services for U.S. Courthouse and Federal Building, Bakersfield CA SOURCES SOUGHT NOTICE (Market Research): Operations & Maintenance Services for U.S. Courthouse and Federal Building, Bakersfield CA This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; not a pre-solicitation notice or solicitation for proposals/quotations. This acquisition will set aside 100% for the Small Business 8(a) program. The offeror must be a small business 8(a) firm and capable of performing work under the NAICS Classification 561210 (Maintenance of Office Buildings, e.g. O&M Services). This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by U.S. General Services Administration (GSA), Region 9, Public Building Service, Acquisition Management Division, San Francisco CA 94102 to identify sources capable of performing the work required in the Operations and Maintenance (O&M) Performance-Based Statement of Work (PBSOW). PLACE OF PERFORMANCE: U.S. Courthouse and Federal Building, 510 19th St, Bakersfield CA 93301 ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for one base year with (4) one year options from 08/01/2017 thru 07/31/2022. (Subject to change at the discretion of the Government) ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 561210, Maintenance of Office Buildings, e.g. O&M Services and the size standard is $38.5 M. SCOPE OF WORK: This is a Performance Based Statement of Work (PBSOW). The Contractor shall provide all management, supervision, labor, materials, equipment, supplies, licenses, applicable permits, fees, and all other maintenance-related costs and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of the equipment and components of the systems listed in C.1.1 located within the property line of the building: United States Courthouse, 510 19th Street, Bakersfield, CA 93301 (CA0363ZZ): This contract also includes Elevators; there are major differences in the service and repair provisions between Elevators and the other systems included in this contract. Elevators are to be serviced and maintained in accordance with the terms and conditions outlined in Exhibit J.21. In cases where there are conflicts between Elevators and the rest of the contract, the Elevator scope of work in Exhibit J.21 takes precedence. System Requirements a.Electrical systems and equipment. b.Mechanical, plumbing, and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. c.Fire protection and life safety systems and equipment throughout the building d.All Control systems that are within the scope of this Contract, to include all Building Automation Systems (BAS), and/or specific HVAC Control system component, and any Elevator software and control systems (BAS and related CMMS and BAS computerized software maintenance is excluded). e.Architectural and Structural Systems, including fixtures and equipment within the site f.Lighting Systems and associated computer control equipment (if applicable) g.Service Desk operations per Section C.8.4 h.Landscaping Irrigation systems (below-ground components only) i.Parking Control Equipment j.Roll-up and sliding garage doors and exterior fencing k.Elevators, including locks, keycard systems, and control system maintenance l.Miscellaneous non-ASME code approved vertical transportation systems (courtroom wheel chair lifts) m.U.S. flag pole, lighting and pulley system SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. Companies may respond to this Sources Sought Notice via e-mail to mei.chan@gsa.gov no later than 10:00 am PST on 7th March 2017, with the following information/documentation: 1. Name of Company, Address and DUNS Number. 2. Point of Contact and Phone Number. 3. Business Size applicable to the NAICS Code: This acquisition will set aside 100% for the Small Business 8(a) program and the applicable NAICS Code is 561210, Maintenance of Office Buildings, e.g. O&M Services and the size standard is $38.5 M. 4. Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to you company. If claiming 8(a) status, provide a copy of your 8(a) Certificate from SBA. The documentation should also show the business is small under the NAICS code 561210. 5. Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6. Past Performance Information: Evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SAM: Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Jul 2013). SAM can be obtained by accessing the internet at https://www.sam.gov/portal/SAM/ or by calling 1-866-606-8220. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PP/EQ9P3PMFT-17-0014/listing.html)
- Place of Performance
- Address: U.S. Courthouse and Federal Building, 510 19th St, Bakersfield, California, 93301, United States
- Zip Code: 93301
- Zip Code: 93301
- Record
- SN04410873-W 20170224/170222235141-b20aaeed6f5cf68690d451856b7274c4 (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 |