|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 22,1999 PSA#2330General Services Administration, Public Buildings Service (PBS),
Philadelphia Realty Services District (3PPRE), The Wanamaker Building,
100 Penn Square East, Philadelphia, PA, 19107 J -- BUILDING SYSTEMS MAINTENANCE, ELEVATOR MAINTENANCE AND CUSTODIAL
SERVICES VARIOUS LOCATIONS IN NEW JERSEY AND DELAWARE. SOL
GS-03P-99-AZC-0050 DUE 062099 POC Doreen Waltrich, Contracting Officer,
Phone (215) 656-6130, Fax (215) 656-5836, Email doreen.waltrich@gsa.gov
-- Sharyn Beasley, Realty Services Technician, Phone (215) 656-6121,
Fax (215) 656-5836, Email WEB: Visit this URL for the latest
information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=GS-03P-99-AZC
-0050&LocID=58. E-MAIL: Doreen Waltrich, doreen.waltrich@gsa.gov.
Furnish all labor, materials, and equipment required to perform the
services as follows: The contractor shall provide facilities
engineering, repairs, building systems maintenance, elevator
maintenance and repair, custodial (including pest and rodent control
and trash removal), grounds care and snow removal services at various
locations in New Jersey and Delaware, totaling approximately 800,000
gross square feet. Services required at each location and potential
start dates are as follows: Boggs Federal Bldg. Wilmington, DE,
Mechanical & Custodial 3/1/00. Frear Federal Bldg. Dover, DE,
Mechanical Maintenance & Custodial 9/1/99. Fisher Complex, Trenton, NJ,
Mechanical Maintenance, 9/1/99 & Elevator Maintenance, 12/1/99. Cohen
Complex Camden, NJ, Mechanical Maintenance, 9/1/99. SSA Building
Bridgeton, NJ, Mechanical & Custodial, 12/1/99. This procurement is
being set aside as a competitive 8(a) solicitation under the Small
Business Administration's 8(a) program. The proposed contract will be
a firm fixed price contract, and the procurement method will be a
competitive negotiated Request for Proposal (RFP). Source Selection
Procedures as identified in FAR PART 15.6 will be utilized in the
selection of a firm whose proposal has the highest degree of realism
and whose performance is expected to best meet stated Government
requirements. Accordingly, offerors will be evaluated based on
technical merit with respect to the following criteria, listed in
descending order of importance, 1. MANAGEMENT PLAN, 2. CORPORATE
EXPERIENCE, 3. QUALIFICATIONS OF KEY PERSONNEL The Government will
select the offeror whose proposal offers the greatest value to the
Government in terms of price and technical merit. For this procurement,
pricing and technical merit will be given approximately equal weight in
determining the proposal offering greatest value. The overall period of
performance is anticipated to be for an initial period of one (1) year
with one (1) two-year option, and three (3) three-year options for a
total of twelve (12) years. The SIC code for this work is 8744. The
total estimated dollar value of the contract for the base year, with
one (1) two-year option and three (3) three-year options is
approximately $12M. Firms responding to this procurement must be within
the geographic boundaries of the Mid-Atlantic Region which comprises
Pennsylvania, Maryland, Delaware, Virginia, W. Virginia & South Jersey.
This announcement also constitutes the synopsis of the pre-invitation
notice. For copies of solicitation package available on or about May
20, 1999, please mail or fax your request to Ms. Sharyn Beasley, Fax#
(215) 656-5836. No telephone requests please. Posted 04/20/99
(D-SN322183). (0110) Loren Data Corp. http://www.ld.com (SYN# 0044 19990422\J-0010.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|