SOURCES SOUGHT
Z -- Request for Information - GSA Schedule 03FAC Vendors to Perform Facilities Management/Maintenance Services in the National Capital Region
- Notice Date
- 9/18/2018
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division South (47PD02), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
- ZIP Code
- 19106-1521
- Solicitation Number
- NCRFacilitiesManagement_RFI_2018
- Archive Date
- 11/30/2018
- Point of Contact
- Daria Giannotti,
- E-Mail Address
-
NCRFacilitiesVendors@gsa.gov
(NCRFacilitiesVendors@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA), Public Buildings Service (PBS), is conducting market research on the GSA Schedule 03FAC, Facilities Maintenance and Management, for several upcoming procurements in the National Capital Region area (Washington, DC, Maryland (Montgomery and Prince George's counties), and Virginia (Arlington, Fairfax, Loudoun, and Prince William counties, and the cities of Alexandria and Fairfax). It is the goal of GSA PBS to utilize the national master specification for all custodial, operation & maintenance (O&M), consolidated facilities management (CFM), and elevator services in the National Capital Region. The intent of utilizing a national master specification is to improve building operational efficiency, modernize campus services, reduce operating costs, and improve customer satisfaction. The acquisition strategy for these upcoming procurements is to compete all requirements to the maximum extent practicable, utilizing best value selection procedures (technical and price factors considered), with the exception of services that are on the Procurement List maintained by the Committee for Purchase From People Who Are Blind or Severely Disabled (see FAR Subpart 8.7). In addition, utilization of small-business, in particular socioeconomic (8(a), HUBZone, Service-Disabled Veteran-Owned (SDVOSB), Women-Owned (WOSB)) concerns, is a priority. To assist in developing an acquisition strategy for each of the upcoming procurements, GSA PBS is issuing this RFI to seek information from current GSA Schedule 03FAC contract holders. At this time, it is the intent of this RFI announcement to seek information only from current GSA 03FAC contract holders. It is the intent that any subsequent solicitation issued will result in the award of a Blanket Purchase Agreement (BPA) to a GSA Schedule 03FAC contract holder, which represents the best value to the Government, technical and price factors considered. It is expected that BPAs will be five (5) to ten (10) years in length, including options. In order to be considered for award, a vendor will be required to have certain Special Item Numbers (SINs) awarded on their Schedule 03FAC contract. Specific SINs will be listed in each RFQ, however it is expected that each vendor/Contractor Team Arrangement (CTA) will need to have, at a minimum, the following SINs: - For O&M and CFM requirements: o 811 002 Complete Facilities Maintenance o 811 003 Complete Facilities Management o 003 97 Ancillary Repair and Alterations o 003 100 Ancillary Supplies and/or Services o 03FAC 500 Order-Level Materials (OLMs) - For Custodial requirements: o 811 002 Complete Facilities Maintenance o 811 003 Complete Facilities Management o 003 97 Ancillary Repair and Alterations o 003 100 Ancillary Supplies and/or Services o 03FAC 500 Order-Level Materials (OLMs) - For Elevator Maintenance requirements: o 541 001 Independent Elevator Inspection Services o 811 001 Elevator and Escalator Preventative Maintenance o 003 97 Ancillary Repair and Alterations o 003 100 Ancillary Supplies and/or Services o 03FAC 500 Order-Level Materials (OLMs) Interested vendors are requested to respond to this RFI no later than November 15, 2018 to NCRFacilitiesVendors@gsa.gov, with the information outlined below: 1. Company Information - Name of firm - Point of contact (name, phone number, and email address) - DUNS number - Business Size (Large/Small) for NAICS 561210 - Socioeconomic Category(ies) (8(a), HUBZone, SDVOSB, WOSB) 2. GSA Schedule Information - GSA Schedule Contract Number - Current period of performance - Ultimate 20-year contract expiration date - Continuous Contracts - Do you hold a continuous contract or are you in the process of receiving a continuous contractIf so, what is the expiration date? - List of all SINs awarded under your 03FAC contract 3. Capabilities Narrative - Please indicate if you are seeking opportunities for: - CFM Services - O&M Services - Custodial Services - Elevator Services - Are you interested in these opportunities as a prime contractor, or a Contractor Teaming Arrangement (CTA)? - Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on CFM, O&M, Custodial, and/or Elevator Services requirements. Include information such as building size, brief description of services performed, dollar value, location, government or commercial requirement, etc. to facilitate making a capability determination for each future requirement (please note that these requirements vary in size, complexity, and location so information submitted will be assessed for each requirement). - Indicate your experience working in the metropolitan DC area. If you do not have experience, please describe your approach for assimilating into this market, including recruiting for staffing and subcontractor needs. 4. Additional Information - Please include any other information and/or recommendations to assist GSA in its structuring of these contract requirements to facilitate competition, its approach to acquiring the services and the manner in which requirements are described for the identified items/services. Please limit responses to no more than fifteen (15) pages, and submit in either Microsoft Word or PDF file format. It is recommended to submit the information in the format as outlined above to minimize the effort of the respondent and structure the responses for ease of analysis by the Government. The NAICS Code for these procurements will be 561210, Facilities Support Services and the size standard is $38,500,000.00. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB, or RFP in the future. This notice does not commit GSA to contract for any supply or service. Further, GSA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. GSA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. All questions regarding this RFI must be submitted by email to NCRFacilitiesVendors@gsa.gov. For more information regarding the initiative to utilize the GSA Schedule 03FAC, where practicable, to meet future facilities management/maintenance requirements, please see FedBizOpps Special Notice posted on August 21, 2018, which can be accessed at the following link: https://www.fbo.gov/notices/f0aa7e66b7dda149f355d595e570d870.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/NCRFacilitiesManagement_RFI_2018/listing.html)
- Place of Performance
- Address: National Capital Region area (Washington, DC, Maryland (Montgomery and Prince George's counties), and Virginia (Arlington, Fairfax, Loudoun, and Prince William counties, and the cities of Alexandria and Fairfax), United States
- Record
- SN05094498-W 20180920/180918231144-d1d0afde91059961809a537cfee90ec8 (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 |