SOURCES SOUGHT
J -- Operation and Maintenance (O&M) Services for the Cesar Chavez Memorial Building, Denver, CO
- Notice Date
- 11/15/2019 11:05:43 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- PBS R8 LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 47PJ0020R0022
- Response Due
- 12/6/2019 4:00:00 PM
- Archive Date
- 12/21/2019
- Point of Contact
- Robert GarskeShannon Sweeney
- E-Mail Address
-
robert.garske@gsa.gov, shannon.sweeney@gsa.gov
(robert.garske@gsa.gov, shannon.sweeney@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTICE TYPE: Sources SoughtPOSTED DATE: 15 November 2019RESPONSE DATE: 06 December 2019SET ASIDE: The Government intends to set aside this requirement for small business concerns.NAICS CODE: 561210 Facility Support ServicesSYNOPSIS:General Services Administration is seeking all viable qualified Small Business Contractors that have performed or have the capability to perform Facilities Engineering Combined Facilities Support Services (Custodial and Operation and Maintenance). This procurement is pursuant to NAICS CODE 561210 Facilities Support. Description of Work:This requirement will provide Full Facility Engineering services (all encompassing O&M and Custodial), management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, testing, inspection and repair of equipment and systems to include required contract reports/reporting in the federal office building and parking facility. The custodial and related services will include complete custodial services that are, but not limited to; general cleaning, pest control, trash and recycling (commingled/single-stream and paper) to include full childcare center custodial services aforementioned. The operations and maintenance will include electrical systems and all associated equipment, including lighting/systems, high voltage power distribution equipment, a diesel emergency backup power generator, photovoltaic solar power and all associated systems; mechanical, plumbing, energy management control systems, building automation systems (BAS), advanced meters, smart building programs and associated equipment and heating, ventilation, and air conditioning systems and all associated equipment; fire protection and life safety systems and all associated equipment; architectural and structural systems, fixtures, and all associated equipment; service call management within the national computerized maintenance management system (NCMMS) to include all required record keeping using a NCMMS as well as other administrative functions; maintenance of office building dock overhead roll-up door and parking facility high speed vehicle rollup doors to include ADA door openers within both facilities; domestic water equipment, and systems; water fountains, water bottle refill stations, an ice/water dispenser and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the Contracting Officer’s Representative; roofs, anchors, davits and associated roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the federal buildings located in Denver, Colorado.The office building is made up of secured/unsecured federal office building space, restrooms, stairwells, public elevators, service elevator, elevator lobbies, conference rooms, kitchenettes, administrative judge hearing rooms, a childcare center to include playground, fitness center, mini-market, mailroom and non-traditional ground level dock. The secured parking structure is comprised of stairwells, public elevators, elevator lobbies, vehicle parking spaces, storage room, emergency generator servicing both facilities critical equipment, high speed vehicle rollup doors and an upper level photovoltaic solar system.There is a need for a highly qualified contractor to provide a wide variety of maintenance and custodial services for this building. The tenants occupying the buildings require continuous building operation to support their agency operations/mission. It is imperative that the selected contractor has experience successfully maintaining and operating multiple-tenant, multi-story building, high-security areas, office spaces and parking facilities.The resultant contract will be firm fixed-price contract for a one-year base, with two one-year options. The contractor will have a transition period tentatively starting June 1, 2020 to July 31, 2020, at no cost to the Government, with actual performance period tentatively commencing on or about August 1, 2020.Information Requested:Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information.1. Name, address, business size.2. Company status: *Company size and applicable socioeconomic status3. Affiliate information: parent company, joint venture partners, and potential teaming partners.4. Provide summaries for one to three similar projects (as described above) that demonstrate the small business firm's past experience.Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-4) as stated above.All responses are due by 06 December 2019 at 2:00 PM MST and shall be submitted to:Robert GarskeContract Specialistrobert.garske@gsa.govALTERNATE POINT OF CONTACT: Shannon SweeneyContracting Officershannon.sweeney@gsa.govThe sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/57b25bd6107c4a4cb9ced96f669e87a9/view)
- Place of Performance
- Address: 20000, CO 80204, USA
- Zip Code: 80204
- Country: USA
- Zip Code: 80204
- Record
- SN05496889-F 20191117/191118090832 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |