SOURCES SOUGHT
M -- Operations and Maintenance Services in New Orleans LA
- Notice Date
- 3/26/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management 7PQB Services (47PH02), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- NOLAOperationsandMaintenanceSourceSought
- Archive Date
- 4/19/2018
- Point of Contact
- Matthew A. Phillips, Phone: 8179780295, Phillip R. Cleveland, Phone: 8178508426
- E-Mail Address
-
matthew.phillips@gsa.gov, phillip.cleveland@gsa.gov
(matthew.phillips@gsa.gov, phillip.cleveland@gsa.gov)
- Small Business Set-Aside
- N/A
- 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 Operations and Maintenance (O&M) services in New Orleans, LA at the following facilities: BPSH New Orleans (GSA Bldg. No. LA0000NE) located at 3819 Patterson Road, New Orleans, LA 70114 has a gross area of 16,204 total square feet; New Orleans Custom House (GSA Bldg. No. LA0033ZZ) located at 423 Canal Street, New Orleans, LA 70130 has a gross area of 296,483 total square feet; F.E. Hebert Federal Building (GSA Bldg. No. LA0034ZZ) located at 600 South Maestri Place, New Orleans, LA 70130 has a gross area of 209,266 total square feet; J.M. Wisdom Courthouse (GSA Bldg. No. LA0035ZZ) located at 600 Camp Street, New Orleans, LA 70130 has a gross area of 181,106 total square feet; Hale Boggs Federal Building and Courthouse (GSA Bldg. No. LA0085ZZ) located at 500 Poydras Street, New Orleans, LA 70130 has a gross area of 597,705 total square feet; St. Charles Parking Area (GSA Bldg. No. LA0072ZZ) located at 701 St. Charles Avenue, New Orleans, LA 70130. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210; the associated small business size standard is $38.5 million. The requirement contemplated herein encompass approximately 1,300,764 aggregate total square feet among five buildings, plus the St. Charles Parking Area. 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. b. 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. c. Fire protection and life safety systems and equipment. d. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Niagra Tridium Jace controls/system, Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract. e. Architectural and structural systems, fixtures, and equipment within the site (to the property line). Limited to $200/3 hrs service call threshold. f. 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. g. Maintenance of landscape irrigation systems. h. Locks, keys, keycard systems, vehicle barrier systems and static and dynamic bollard systems. i. Lighting, dock levelers and bumpers and roll-up and sliding garage doors. j. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. k. The Contractor shall complete roofing system investigations and repairs. l. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. m. The Contractor shall maintain kitchen/concessions area drains. n. The Contractor shall maintain conveying equipment, parking control equipment. o. The Contractor is not responsible for the costs of software, firmware updates, and licensing for the BAS and Tridium Niagra systems. However, the Contractor is responsible for the labor to update/install software/firmware, when necessary, to latest revision and update software licenses for BAS controls only. The Contractor is responsible for letting Region 7 FMSP office know when updates are required. The Contractor is responsible for keeping the systems operating properly. p. Sanitary sewage equipment and systems, including kennel waste interceptors. q. Domestic water filtration/pumping and fire supply tank systems 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 operations and maintenance, ability to provide environmentally-responsible solutions and products, and methodology for supervisor/manager ability to hire/fire personnel, purchase needed supplies, materials, and equipment; and (3) A list of operations and maintenance contracts and associated federal customers with a minimum value over $1,500,000 per year (performed within the last 5 years). Include whether the services performed are in multiple-buildings, multi-story 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. All responses should be typed in a word document; (one-sided, 12 pitch, Times New Roman). 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, if necessary. 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 5:00 PM (CDT), Wednesday, April 4, 2018. All responses under this Sources Sought Notice must be emailed to Phil Cleveland, Contract Specialist, at phillip.cleveland@gsa.gov and Matthew Phillips, Contracting Officer, at matthew.phillips@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3e027ee5048e9e6e70cccdb91dc557ec)
- Place of Performance
- Address: BPSH New Orleans (GSA Bldg. No. LA0000NE) located at 3819 Patterson Road, New Orleans, LA 70114; New Orleans Custom House (GSA Bldg. No. LA0033ZZ) located at 423 Canal Street, New Orleans, LA 70130; F.E. Hebert Federal Building (GSA Bldg. No. LA0034ZZ) located at 600 South Maestri Place, New Orleans, LA 70130; J.M. Wisdom Courthouse (GSA Bldg. No. LA0035ZZ) located at 600 Camp Street, New Orleans, LA 70130; Hale Boggs Federal Building and Courthouse (GSA Bldg. No. LA0085ZZ) located at 500 Poydras Street, New Orleans, LA 70130; St. Charles Parking Area (GSA Bldg. No. LA0072ZZ) located at 701 St. Charles Avenue, New Orleans, LA 70130., New Orleans, Louisiana, 70130, United States
- Zip Code: 70130
- Zip Code: 70130
- Record
- SN04867319-W 20180328/180326231618-3e027ee5048e9e6e70cccdb91dc557ec (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 |