Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
SOURCES SOUGHT

M -- Operating & Maintenance Services

Notice Date
7/2/2010
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
 
ZIP Code
20535
 
Solicitation Number
SS-070210
 
Archive Date
7/17/2010
 
Point of Contact
Almeta A Dixon, Phone: 202-324-0566, Mischele R Quarles, Phone: 202-324-1144
 
E-Mail Address
almeta.dixon@ic.fbi.gov, mischele.quarles@ic.fbi.gov
(almeta.dixon@ic.fbi.gov, mischele.quarles@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of potential sources. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. The purpose of this NOTICE is to identify potential sources that will be able to provide and/or facilitate all of the described services under one contract and/or to determine the best method of obtaining the required services. The FBI is seeking sources to provide consolidated facility management including operational, maintenance and sustainment support to one of its newest technology buildings in the Washington DC area. It is the intent of the FBI to have the services consolidated under one service provider and some of the critical services shall be performed on 24/7 basis. Services required to support this effort would range from building janitorial services to complete warranty maintenance and service support for its complex mechanical, electrical and plumbing infrastructure. Therefore, the provider must hold factory certification in areas such as power distribution and Heating, Ventilation, & Air Conditioning (HVAC) equipment, diesel power generation systems, kinetic power fail-over systems and related maintenance ground equipment and servicing units. Services will include, but not limited to: - Fire Alarm Maintenance and Servicing - Sprinklers, Very Early Smoke Detection Apparatus-VESDA, Pre-action and Gaseous Based Maintenance, Testing and Servicing - Electrical System Testing Maintenance and Servicing - Mechanical/Plumbing maintenance - Backup Battery Bank Maintenance and Servicing - Generator Fuels Maintenance and Servicing - HVAC Maintenance and Servicing - First Responder, HAZMAT Response and Recovery - Janitorial - Porter/Matron - Vehicles Barriers, Traffic Control Arms, Traffic Lights, Motorized Gates & Turnstiles - Perimeter Security Fence - Loading Dock Area and Typical Features (Roll-up Door, Levelers, Floor Drains) - Exterior Light Fixtures, Inclusive of Lamps, Ballasts, Poles Since this a critical, secure facility, the provider and employees must meet security requirements as addressed within agency specific standards including operation in spaces classified to Top Secret/Secure Compartmentalized Information. Limitations and restrictions regarding on-site employees' clearance requirements will be strictly enforced. CAPABILITY STATEMENT: The following requests are designed to determine available prospective contractors in order to determine the best procurement method. Please provide a response to the following limited to 25 pages. Potential offerors having the skill, capabilities and bonding necessary to perform the described services are requested to provide; (1) Offerors name, address, point of contact, phone number, and e-mail address; (2) Offerors interest in bidding on the solicitation when it is issued; (3) Offerors capability to perform a contract of this magnitude and complexity and comparable work performed (brief description of project) within the past 5 years; (4) Offeror's type of business (large, Small Business, HUBzone, Service Disabled Veteran Owned and/or Small Business, 8A); (5) Offerors Bonding Capability in the form of a letter from Surety; (6) Alternative methods of approaching this requirement. All interested offerors should submit its response to this office in writing by e-mail at almeta.dixon@ic.fbi.gov or U.S. mail to Attention Ms. Almeta A. Dixon, Federal Bureau of Investigation, Room 10254, 935 Pennsylvania Avenue, Northwest, Washington DC 20535 by July 16, 2010, 4:00 p.m. local time. In addition, you will be requested to attend a pre-solicitation conference. Information concerning the conference will be provided to the respondents of this announcement at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/SS-070210/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, United States
 
Record
SN02196059-W 20100704/100702234907-630cf351649b00696f7776f6295985ca (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.