SOLICITATION NOTICE
R -- Lease Technician
- Notice Date
- 10/24/2005
- Notice Type
- Solicitation Notice
- NAICS
- 531390
— Other Activities Related to Real Estate
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Phoenix Field Office (9PDP), 401 W. Washington Street, Phoenix, AZ, 85025
- ZIP Code
- 85025
- Solicitation Number
- GS-09P-06-WMC-0002
- Response Due
- 10/27/2005
- Archive Date
- 11/10/2005
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- STATEMENT OF WORK FOR (Lease Technician) SCOPE Under this contract the contractor will independently provide support services to satisfy the overall operational objectives of GSA. The primary objective is to provide contractor services and deliverables through performance of lease technician support for the Phoenix Office, Phoenix, AZ. ORGANIZATION U.S. General Services Administration Phoenix Office (9PDP) 401 W. Washington Suite 180 Phoenix, AZ 85003 TASKS/SERVICES. The contractor shall provide lease technician support to GSA, Public Building Services, Phoenix Office, Phoenix, AZ. At least 3 years experience as a property manager or realty specialist. Demonstrated ability to work effectively with various and diverse government agencies. Ability to use MS Word and Excel. 1. Conducts lease inspections, market surveys and condition surveys; establishes and maintains documentation and follow-up system on lessor performance. Recommends rental deductions after appropriate analysis. Works with Realty Specialists regarding aspect of lease administration. Measures leased space and calculate area with the lessor. In leases with GSA service contracts, conducts custodial grounds maintenance and/or mechanical inspections to evaluate the accomplishment of day-to-day contract requirements. Assures that required temperatures are maintained, that elevator service is provided as specified; and that lease equipments for repair, painting, fire prevention and redecorating are complied with. 2. Prepares documents and follows through to obtain funds for contracting of services which the lessor fails to provide. 3. Initiates action to obtain compliance by the lessor or contractor with lease or contract specifications. Follows through until problems are resolved. Meets with the lessor, property managers, and contractor?s to resolve disputes about quality of services delivered, and adequacy of maintenance and operation of mechanical systems, custodial services and grounds maintenance. 4. Responds to, approves or denies agency request for building services and alterations. Develops budget estimates for contracts in leased space. 5. Monitors progress of construction work and inspects job to assure work is in accordance with the solicitation and drawings. Identifies new leases that require GSA supplied utilities and services. Assists in contracts for these and other needed building services and alterations up to $5,000.00. 6. Maintains the lease and contract files ensuring that all necessary documentation is present and is in accordance with regulations. Deals with tenant agency representatives in regard to service complaints, remodeling request, extended hours requirements, etc., and follows through with problem resolution. Refers only the most significant, recurring, or contentious problem to the Senior Property Manager. Maintains file and initiates required action for GSA?forced moves to or from leased space. Coordinates telephone and furniture moves with lessors and tenants. 7. Prepares Memorandum of Agreements and obtains agency concurrence and signature. Drafts correspondence regarding matter; associated with assigned leased building. DELIVERABLES 1. Monthly Progress Report; due by 5th workday following the end of the month 2. Final Report; due 10 working days after project completion 3. Monthly lease inspection list; due by the 5th work day of each month (Note: financial reports are not required of the contractor since FedSource provides those to each customer monthly) CERTIFICATIONS, LICENSE, PHYSICAL REQUIREMENTS OR OTHER EXPERTISE REQURIED. The contractor must have: 1. Specific experience, as related to the above tasks. 2. Valid drivers license, Government vehicle provides PERIOD OF PERFORMANCE The period of performance is 12 months after the date of task order award; anticipated 11/01/05. (Including four one-year options) PLACEOF PERFORMANCE The place of performance is 401 W. Washington, Suite 180, Phoenix, AZ 85003. OPERATIONAL HOURS Work will be performed 40 hours per week during normal business hours (7:30a.m.-4:00p.m.), Monday-Friday, excluding Federal holidays. OVERTIME Overtime is not authorized. (if authorized) The number of overtime hours allowed is ___________. (Provide justification) Overtime hours are required to ____________ (i.e. respond to emergencies, contingencies or unusually heavy workload- provide a description or example). SAFETY ISSUES 1. The work describes herein is primarily sedentary, performed in an office setting. Some waking will be required throughout the workplace facilities and at work sites. The work environment involves everyday risks that require normal safety precautions typical of such places as conference rooms or office spaces. There are no unusual physical demands. GOVERNMETN-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITES PROVEDED. 1. The Government will provide contractor personnel with an office environment typically provided to Government personnel that includes workstations, facsimile, office supplies, telephones and computers with access to the Internet and local area network (LAN), cell phone. SECURITY CLEARANCE/POLICE CHECK/DRIVING RECORD CHECK. A basic security clearance is required for the position. Work under this task order is UNCLASSIFIED. The contractor shall comply with all applicable General Services Administration (GSA) security regulations and procedures during the performance of this task order. The contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data, and Government personnel work products that are obtained or generated in the performance of this task order. REIMBURSABLE EXPENSES (TRANVEL, CONFERNCE, TRAINING, EQUIPEMENT OR MATERIALS, ETC.) Travel is not required. The contractor will be required to travel to other locations in support of the tasks described in this statement of work. Prior to incurring any travel expenses, contractor personnel must obtain written authorization from the Project Officer that approves approximate travel, dates, expected duration, origin and destination, purpose, estimated costs and the number and names of personnel traveling. Contractor expense report shall be prepared and processed in accordance with the Federal Travel Regulation (FTR). (If conferences or training is required, list here and include a justification) CONTRACT Fixed Price NON-PERSONAL SERVICE STATEMENT (do not alter this statement) Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. The contractor?s management shall ensure that employees properly comply with the performance standards outlined in Quality Assurance Surveillance Plan (QASP). Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal a Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. GOVERNMENT PROJECT OFFICER The Government Project Officer will provide general instructions on limitations and deadlines, and is responsible for administration of the task order in compliance with the contract to include inspection and acceptance of deliverables. Point of Contact: Xochitl P. Garcia Phone: (619) 446-3559 Email: xochitl.garcia@gsa.gov Alternate POC: Michael D. Larson Phone: (602) 514-7432 Email: mike.larson@gsa.gov Work Site POC: Lynn E. Rathman Phone: (602) 514-7433 Email: lynn.rathman@gsa.gov If you are interested in obtaining a solicitation package please e-mail Virginia.bader@gsa.gov. Send your company?s name, address, and phone #.
- Place of Performance
- Address: 401 W. Washington Street #180, Phoenix, AZ
- Zip Code: 85003
- Country: US
- Zip Code: 85003
- Record
- SN00920206-W 20051026/051024212115 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |