Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2007 FBO #2210
SOURCES SOUGHT

Z--Z -- 08HQSS0006 Sources Sought Announcement for Operations and Maintenance Services at USGS National Center

Notice Date
12/13/2007
 
Notice Type
Sources Sought
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 205 12201 SUNRISE VALLEY DRIVE RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
08HQSS0006
 
Response Due
12/31/2007
 
Archive Date
12/12/2008
 
Point of Contact
JENNY KELLEY CONTRACTING OFFICER 7036487376 jkelley@usgs.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY for planning purposes to identify interested vendors for the requirement detailed below. A formal solicitation, performance work statement, and technical exhibits are not available for release at this time. In accordance with FAR 19.5, Set-Asides for Small Business, the Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement. The US Geological Survey (USGS) has a requirement for operations and maintenance (O&M) services for all facilities, to include office and laboratory space, located at the USGS National Center, 12201 Sunrise Valley Drive, Reston, VA (approximately 1 million gross square feet within four separate buildings). The main building at the National Center was commissioned in 1973, and has 8 floors including a cafeteria, conference/training facilities, auditorium, health unit, and gym. This requirement includes daily O&M to include 24/7 staffing, licensed operation of high pressure boilers and chiller machines in the power plant, emergency O&M, preventative maintenance for all facilities, elevator/escalator maintenance and repair, snow removal, emergency generator, uninterruptible power systems (UPS), and all fire alarm systems maintenance, and equipment/capital asset inventory control (to exclude employee computing equipment). The Contractor will be expected to provide all personnel, equipment, tools and materials to accomplish these required tasks. Contractor personnel assigned to USGS will be subject to a background investigation. The Government anticipates award of an Indefinite Delivery/Indefinite Quantity (IDIQ), Fixed Price Award Fee type contract. The procurement is anticipated to be a base year with four (4) one-year option periods. The solicitation and any documents related to this procurement will be available over the Internet on or about 29 February 2008. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). The North American Industry Classification System (NAICS) code is 561210 and the size standard is $32.5M. The incumbent contractor is LB&B Associates, Inc. of Columbia, MD. Small business concerns who believe they can responsibly perform this requirement should submit the following information to the contract specialist no later than close of business Monday, 31 December 2007: 1. Capability statement describing corporate expertise and technical qualifications in facility operations and maintenance. 2. Ability to provide employees in the Washington, DC metro area. 3. Past performance information describing other O&M contracts held for facilities of a similar size when compared to the USGS National Center. Past performance information should be submitted for projects conducted within the last three years and include: project title, location, whether the work was as a prime or subcontractor, contract/subcontract dollar value, type of contract, percentage of self-performed work, and overall performance rating received. 4. Small business status of potential offeror (8(a), HUBZone, SDVOSB, etc.) 5. Point of contact information for potential offeror, Cage Code, and D&B Number. 6. Any other information that will prove the potential offeror is capable of performing the required effort. Small business submissions should be mailed to the attention of Jenny Kelley, Contract Specialist, 12201 Sunrise Valley Drive, MS 205, Reston, VA, 20192. Responses should be limited to 10 pages (single-sided). Email responses will not be accepted or evaluated. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will not be notified of the results of the evaluation. This is not a request for proposals. The Government does not intend to award a contract based on responses received under this announcement. All questions and concerns may be submitted to the contract specialist via email only at jkelley@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=1034015)
 
Place of Performance
Address: Reston, Virginia
Zip Code: 20192
Country: USA
 
Record
SN01469672-W 20071215/071213225221 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.