SOLICITATION NOTICE
M -- Full Maintenance Services at Lawton, OK Federal Building, O&M Services at Oklahoma City Federal Building
- Notice Date
- 10/26/2020 1:43:56 PM
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- PBS R7 FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- 47PH0220R0011-1
- Response Due
- 11/9/2020 3:00:00 PM
- Archive Date
- 11/09/2020
- Point of Contact
- Tina S. Carter, Sharon T McCreary
- E-Mail Address
-
tina.carter@gsa.gov, sharon.mccreary@gsa.gov
(tina.carter@gsa.gov, sharon.mccreary@gsa.gov)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- This synopsis serves as an announcement of the forthcoming acquisition. General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region 7�intends to solicit a proposal for Full Maintenance Support Services for one Federal facility located in�Lawton, OK, and two Federal facility Ground Maintenance and Exterior Trash Removal, and Operations�& Maintenance Services and Ground Maintenance Services for four (6) Federal facility located in�Oklahoma City, OK. Below is location of all federal facilities and locations: Full Maintenance Service: Lawton Federal Building and Courthouse, 410 NW Fifth Street, Lawton, OK 73501 (OK0074ZZ) Ground Maintenance Requirements and Exterior Trash Removal: GSA PMD Center Administration Building, 2800 S. Eastern Ave, Oklahoma City, OK 73129-7653 (OK0511OC) GSA PMD Center Warehouse, 2800 S. Eastern Ave, Oklahoma City, (00503OC) Operation & Maintenance and Ground Maintenance Services: William J Holloway, Jr U.S. Federal Building/Courthouse, 200 NW Fourth St, Oklahoma City, OK (0072CT) Oklahoma City Post Office Building & U.S. Courthouse, 215 Dean A McGee Ave, Oklahoma City, OK�(0046CT) Oklahoma City Federal Parking Garage, 200 NW Fifth Street, Oklahoma City, OK (OK0099CT) Oklahoma City Federal Campus Building, 301 NW Sixth Street, Oklahoma City, OK (OK0101ZZ) Offerors will be expected to provide all management, supervision, labor, materials, equipment, and�supplies necessary to perform Operations and Maintenance, Custodial Services, and Grounds�maintenance and Exterior Trash removal. The offerors shall also be responsible for the efficient,�economical, and satisfactory operation, the scheduled and unscheduled maintenance, and the repair of�equipment. Additionally, the offerors shall furnish all personnel labor, equipment, materials, tools,�supplies, supervision, management, training/certifications. The facilities covered by this solicitation�encompass 879,199 approximately aggregate rentable square feet and 485,476 aggregate in ground�maintenance in approximately 7 buildings (buildings range in size from 24,438 to 271,321). The overall�facilities covered by this solicitation encompass total square footage of 1,364,675. In accordance with Federal Acquisition Regulation (FAR) Subpart 19.15, this potential acquisition is�100% set-aside for 100% Women-Owned Small Business (WOSB). The North American Industry�Classification System (NAICS) code assigned to this procurement is 561210, Facilities Support Services�and the small business size standard is $41.5 million. The majority contract type will be Firm Fixed-Price�for basic monthly services with an Indefinite Quantity provision for additional services. The solicitation number is 47PH0220R0011. The projected basic performance period is from 01 May�2021 to 31 October 2021, with four (4) one-year option periods to begin on or about (01 November�2021 to 31 October 2024). NOTE: The solicitation will include FAR 52.217-8, Option to Extend Services,�which would allow the government to extend the period of performance and additional 6 months, if�necessary. The current contract is due to expire 30 April 2021. The solicitation will be available on or about 09 November 2020. The pre-proposal conference/site visit�and the deadline for� questions will be noted in the solicitation. The solicitation and subsequent�amendments will only be publicized through BETASAM.gov (Contract Opportunities FBO) website at�beta.SAM.gov. Contractors are solely responsible for monitoring the internet to download the solicitation and any�subsequent amendments. No phone/ No fax and/or no electronic mail requests for a paper copies of�the solicitation and any subsequent amendments will not be provided under any circumstances. Prospective offerors must be registered with the System for Award Management (SAM) database for�award of a contract. Registration can be accomplished electronically at www.sam.gov.� The primary contract specialist regarding this synopsis is Ms. Tina Carter at email tina.carter@gsa.gov. The Contracting Officer is Ms. Sharon McCreary at email Sharon.mccreary@gsa.gov. This acquisition is subject to the availability of funds. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5954b513bfcf4eb8bfd3a7a72779f4ee/view)
- Place of Performance
- Address: OK, USA
- Country: USA
- Country: USA
- Record
- SN05837828-F 20201028/201026230137 (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 |