SOURCES SOUGHT
Z -- Steam Distribution Maintenance at GSA's Heating Operation and Transmission Division (HOTD)
- Notice Date
- 2/27/2025 12:14:19 PM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- PBS R11 BUILDING SERVICES DIVISION CENTER 2 WASHINGTON DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- EQWPMA-25-0019
- Response Due
- 3/7/2025 11:00:00 AM
- Archive Date
- 03/22/2025
- Point of Contact
- Jenique Markman, Phone: 2022887890, Michelle Allen, Phone: 202 322 7309
- E-Mail Address
-
jenique.markman@gsa.gov, michelle.allen@gsa.gov
(jenique.markman@gsa.gov, michelle.allen@gsa.gov)
- Description
- SOURCES SOUGHT: EQWPMA-25-0019 THIS IS A SOURCES SOUGHT NOTICE ONLY FOR SMALL BUSINESSES. NO AWARD WILL BE GENERATED FROM THIS NOTICE. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The General Services Administration (GSA), Public Buildings Service (PBS), National Capital Region (NCR), is seeking information on technically capable, and otherwise responsible, quality contractors to provide all management, labor, supervision, vehicles, equipment, and materials to perform all work as specified herein for the entire Heating Operation and Transmission Division (HOTD) Steam Distribution Complex (SDC) located in Washington, DC. Furthermore, the Contractor shall coordinate with the Government regarding the prioritization of maintenance and repair work, including any additional tasks. (1) Basic Scope of Work: tours, inspections, basic operation, preventive maintenance, minor repairs and replacements (�$1,000), and general housekeeping as defined in Items 1, 2, and 3 of the attached SOW. (2) Additional Tasks As-Needed (Task Order Services): additional tasks on a task order basis to assist the Government in accomplishing major and emergency repairs and replacements as defined below in Item 4 of this Section (excluding capital improvement projects contracted separately). General Description of Scope of Services: See attached draft SOW. It is the policy of the Government to maximize practicable opportunities in its acquisitions to small businesses. For reference, general descriptions of each small business concern type can be found in Federal Acquisition Regulation (FAR) 52.219-8, Utilization of Small Business Concerns. Size Standard: The NAICS Code for this project is 561210-Facilities Support Services for Government base facilities operation support services and the small business size standard is $47 Million. Selection Procedures: The anticipated contract will be procured utilizing source selection procedures as described in FAR PART 15.101-1 -- Tradeoff Process source selection procedure. To select the firms offering the highest technically rated offeror. The Government will use the evaluation factors and significant sub-factors in the solicitation will specify that award will be made on the basis of the tradeoff among cost or price and non-cost factors and allows the Government to accept other than the lowest priced proposal. Response Information: The following information is requested in your response: (1) Identification (including name, address, phone number and UEI number) and verification of the company to be certified by the Small Business Administration as a small business. (2) Contractors should submit a narrative demonstrating their experience in a plant in the specified work, as well as their technical capabilities. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages (one sided and single spaced). (3) Please indicate if your company will self-perform or subcontract the work. If subcontracting, what percentage will your company self-perform? (4) Indicate if your company will be able to obtain a certificate of insurance for a contract valued between $10 million to $15 million. (5) Indicate whether your firm would submit a proposal in response to a Request for Proposal (RFP) consistent with these requirements that was set aside for small business concerns as a general small business set-aside. Interested firms should submit a Letter of Interest with the above requested information to jenique.markman@gsa.gov , copying michelle.allen@gsa.gov; tyler.anderson@gsa.gov; and Melvin.sloan@gsa.gov by February 28, 2025, 2:00pm, Eastern Standard Time. This is NOT a request for proposals and does not constitute any commitment by the Government. Responses to this sources-sought notice will be used by the Government to make appropriate acquisition decisions, giving maximum consideration to the small business socio- economic categories based upon industry input. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/18cf4c5f07e84e98abe128ec46809520/view)
- Place of Performance
- Address: DC 20228, USA
- Zip Code: 20228
- Country: USA
- Zip Code: 20228
- Record
- SN07356642-F 20250301/250227230044 (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 |