Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2025 SAM #8507
SOURCES SOUGHT

99 -- Preventative Maintenance Services

Notice Date
3/10/2025 6:29:24 AM
 
Notice Type
Sources Sought
 
NAICS
811 —
 
Contracting Office
OFFICE OF ACQUISITIONS MANAGEMENT Washington DC 20515 USA
 
ZIP Code
20515
 
Solicitation Number
OAM25039S
 
Response Due
3/17/2025 11:00:00 AM
 
Archive Date
04/01/2025
 
Point of Contact
Paige Sullivan, Phone: 2022262238, Breana Wilson, Phone: 2029483666
 
E-Mail Address
Paige.Sullivan@mail.house.gov, breana.wilson@mail.house.gov
(Paige.Sullivan@mail.house.gov, breana.wilson@mail.house.gov)
 
Description
SOURCES SOUGHT NOTICE OAM25039S Preventative Service Maintenance Contractors This is NOT a solicitation for a proposal, proposal abstract, or quote. The purpose of this notice is to obtain information regarding qualified business sources. The responses to the information requested may assist the Government in determining the feasibility of moving forward. The Office of the Chief Administrative Officer (CAO) at the United States House of Representatives (House) is seeking to identify service providers, and their capabilities, to assist with preventative maintenance on an assortment of commercial equipment across the Capitol complex. Background: The CAO provides support to across five House Office Buildings (Cannon, Longworth, Rayburn, O�Neill and Ford) and within the U.S. Capitol Building. There are over six hundred government furnished equipment assets used in daily operations. These assets are primarily used for food service operations but also includes commercial equipment in the House Child Care Center and House Staff Fitness Center. These assets require service, maintenance, and replacement to ensure operations remain uninterrupted. The CAO owned equipment includes a variety of types and manufacturers. Types of equipment include sinks, walk-in refrigeration, standalone refrigeration, ovens, small appliances, large appliances, steamers, custom millwork, stainless work surfaces, fryers, ice machines and hoods, washers, dryers, among others. Manufacturers include, but are not limited to, Hobart, Scotsman, Traulsen, Vulcan, True, Delfield, Bally, and Norlake. The goal of this notice is to identify vendors that can support the monitoring, inspecting, servicing, maintaining, repairing, and replacing of government furnished equipment assets in the House Office Buildings. The CAO is interested in exploring different approaches to conduct these services. The preventative service maintenance the CAO seeks to include: The ability to provide maintenance for a diverse range of equipment types and manufacturers Consistent coordination and support between equipment maintenance contractor and facility manager overseeing building infrastructure (plumbing, electrical, and mechanical) Frequent inspections and preventative maintenance for all equipment Set reporting standards for equipment inspections and potential issues due to improper equipment operation, maintenance or cleaning Processes for tracking equipment installation dates and expected life cycle replacement Cost benefits and analysis for repair versus replacement based on expected life cycle and costs Typical pricing model(s) for inspection, service, and repairs of equipment parts/accessories Service call standards for general and emergency repairs A breakdown of typical hours for repair work An understanding of potential limitations on the types of equipment or manufacturers that can be serviced and any assets that may typically be excluded (such as hand sinks, hoods, work surfaces, and custom millwork) How to Submit Responses to this Sources Sought If interested, please submit a capability statement demonstrating your capacity to complete the requirements outlined above to: Paige.Sullivan@mail.house.gov. The Capability Statement shall meet the following criteria: On page one (1) of the Capability Statement, begin by providing your company information as follows: Company name, address, phone number, CAGE code, DUNS number, GSA Contract Number (if applicable) and point of contact (name, phone and e-mail). Capability Statement must be in Microsoft Word, Microsoft Excel or Adobe PDF format, single spaced, 12- point font (excluding charts and graphics) and the entire document shall not to exceed 5 pages in length to include all attachments, charts, etc. Capability Statement must include but is not limited to (a) companies core capabilities (b) a brief description and functionality of the proposed solution (c) corporate experience and management capability; and examples of prior similar completed Government contracts (if any), references, and other related information; and (d) Rough Order of Magnitude in terms of pricing. (Pricing that is provided is not legally binding, will be only used for budgeting and potential solicitation purposes.) In addition to describing your services, please provide the following information: comments on the goals and objectives of this work, including approaches you would take to conduct and perform this work additional information that you may feel is relevant to this work, including comments that encourage new, different or innovative approaches Questions may be submitted at any time. However, due to the nature of a Sources Sought the Government will do its best to answer questions in a fair/efficient manner and may not be able to answer all questions. Disclaimer and Important Notes: This Sources Sought does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. However, responses to this notice will not be considered adequate responses to a solicitation or serve as a guarantee of participation in a future solicitation if and when a solicitation is released. Please note that the United States House of Representatives is not subject to Federal Acquisitions Regulations (FAR} or any of its supplements. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1fc43842c89e45b48adb312ac472ddc0/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07367167-F 20250312/250310230049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.