|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 17,1998 PSA#2053Social Security Administration, Office of Acquisition and Grants, 1710
Gwynn Oak Avenue, Baltimore, MD 21207 J -- MECHANICAL MAINTENANCE SERVICES JAMAICA NEW YORK SOL SSARFP983503
POC Noreen Pleines (410)965-9552 WEB: download solicitation when
available, http://www.ssa.gov/oag/oag1.htm. E-MAIL: Contracting
Officer, noreen.pleines@ssa.gov. The Social Security Administration has
a requirement for a contractor to provide mechanical maintenance
services at its Northeastern Program Service Center located at 155-10
Jamaica Avenue, Jamaica New York. The facility is comprised of
approximately 900,000 square feet, of which 650,000 are occupiable. The
facility includes an on-site day care center. The contractor shall
furnish all management, supervision, labor, supplies (including paper,
ribbons, disks, etc. for the building computer system), uniforms,
materials, equipment, and tools required to perform the mechanical
operation and maintenance of the facility's day-to-day operations. This
includes: elevator maintenance and repair; operation and maintenance of
all air-conditioning/heating equipment; operation of the building
computer system; daily operational tours and watches, service calls,
preventive maintenance, emergency services, additional services, etc.
necessary to ensure the efficient operation of the facility. The
contractor shall be required to provide: a private telephone line for
use in making calls into or out of the building; an on-site hand-held
communications system (beeper/mobile phone); transportation for pick-up
of emergency and day-to-day parts and materials; an on-site stock of
expendable supplies including, but not limited to: grease, lubricating
oil, odd air filters, plumbing parts, fuses, wiping rags, etc.
Emergency call-back service for after hours shall be provided. At a
minimum, the contractor shall provide a Project Manager, a qualified
elevator mechanic, a qualified operating engineer, and a qualified
building computer system operator. All personnel shall be required to
undergo complete background investigations to determine suitability for
work on a government installation. The period of performance shall be
a base period of one year with four 1-year options. A firm-fixed-price
contract will be awarded. Offerors are notified that the acquisition
has been determined to be subject to Part 12 of the Federal Acquisition
Regulation (FAR) regarding the acquisition of Commercial Items, and to
the principles of past performance and experience evaluation as
covered by Federal Acquisition Regulation 15.605. Solicitation No.
SSA-RFP-98-3503 will be available for release on or about April 1,
1998. Written requests only; no telephone requests will be honored.
Requests may be sent via telefax on (410)966-9310, or via e-mail to
noreen.pleines@ssa.gov. See Numbered Note 1. The acquisition is
classified under Standard Industrial Code 1711. (0072) Loren Data Corp. http://www.ld.com (SYN# 0066 19980317\J-0019.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|