SOURCES SOUGHT
Z -- O&M at Northern Maine Border Stations
- Notice Date
- 12/30/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Staff (1P1PQ), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
- ZIP Code
- 02222-1077
- Solicitation Number
- MELPOE0001
- Point of Contact
- John C. Sarnoski, Phone: 617-565-8615, Donna Maffeo, Phone: (617) 565-6012
- E-Mail Address
-
john.sarnoski@gsa.gov, donna.maffeo@gsa.gov
(john.sarnoski@gsa.gov, donna.maffeo@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- GSA New England Region Market Research for Qualified Small Business sources GSA Public Buildings Service New England Region NAICS 561210 (Facilities Support Services) Secondary NAICS 561720 (Janitorial) This Notice is market research only. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. The General Services Administration, Public Buildings Service, Service Centers Division requires operations and maintenance at the following Land Ports of Entry (LPOE) located throughout northern Maine. The Contractor must provide management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the below listed buildings: GROUP A: 1. U.S. BORDER STATION MILLTOWN, MILLTOWN, MAINE 2. U.S.BORDER STATION VANCEBORO, VANCEBORO, MAINE 3. U.S.BORDER STATION FERRY POINT, FERRY POINT, ME 4. U.S.BORDER STATION NEW BRIDGE, CALAIS, ME GROUP B: 1. U. S. BORDER STATION VAN BUREN, VAN BUREN, ME 2. U. S. BORDER STATION FORT KENT, FORT KENT, ME 3. U. S. BORDER STATION MADAWASKA, MADAWASKA, ME 4. U.S. BORDER STATION ESCOURT STATION, ESCOURT, ME 5. U.S.BORDER STATION, ST. PAMPHILE, ST. PAMPHILE, ME The services required may include but should not be interpreted as all inclusive or limited to the following: 1. Custodial services (Interior/Exterior) 2. Snow Removal 3. Grounds Maintenance 4. Solid waste removal 5. Recycling 6. Integrated Pest Management Services 7. Air-conditioning equipment and systems. 8. Air-handling/distribution equipment and systems 9. Electrical systems and equipment, lighting and switchgear systems 10. Heating, ventilation, and air conditioning (HVAC) systems and equipment. 11. Plumbing and domestic water equipment and systems to include domestic water fountains and coolers, decorative ponds, and small circulating water pumps less than one (1) horsepower. 12. Sanitary sewage equipment and systems 13. Storm drainage equipment and systems. 14. Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventers, water storage tanks, fire extinguishers, etc. 15. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) 16. Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) 17. Fire doors and windows (including hinges, closers and latching hardware) 18. Non agency security system (locks, gates/arms, hydraulic bollards, keypads, card readers, cameras, magnetic locks, etc...) and its components 19. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 20. Maintenance of landscape 21. Paper and soap dispensing equipment in restrooms. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract, as described in this document. Statements of Capability must be in writing and are due on January 13, 2012 at 2 p.m. Responses are limited to 20 pages. Failure to respond or to submit all information requested will result in a contractor being considered as an uninterested concern. The package must address, at a minimum, the following: 1. Please provide a detailed narrative demonstrating your experience in the type of combined services (i.e., custodial and mechanical maintenance) sought by this Notice. Information shall include at least three (3) "similar" contracts substantially completed within the past five (5) years. A similar contract is defined as one that is comparable in magnitude, scope, complexity and duration to the requirements as defined by this Notice. 2. For each of the three (3) contracts identified above, please provide any Past Performance Evaluations completed through the Past Performance Information Retrieval System (PPIRS) or a similar Government evaluation system. If no formalized evaluation exists for a particular contract, please provide an "Owner" point of contact to include name, title, telephone number and email address. 3. Please demonstrate that your firm has the personnel necessary (or the ability to obtain them) to perform the type of combined services sought by this Notice and to meet the requirement at Federal Acquisition Regulation (FAR) Clause 52.219-14, Limitations on Subcontracting. Please provide resumes for key personnel, including any persons considered key to the successful administration of a contract. Resumes should address all professional licenses and certifications. 4. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you propose to mobilize and perform the work at a fair and reasonable price to the Government.. 5. Please indicate if your firm represents a small business socio-economic concern such as SDVOSB, Woman Owned, or HubZone. It is the goal of the GSA to support socio-economic business concerns. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential certified small business sources. The government will not reimburse responders for the cost of the submittals. Statements of Capability should be sent to John Sarnoski, General Services Administration, Public Buildings Service, North Service Center (1PSA), T. P. O'Neill Federal Office Building, 10 Causeway Street, Boston, MA 02222 or by email to john.sarnoski@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK/MELPOE0001/listing.html)
- Place of Performance
- Address: Various, Various, Maine, United States
- Record
- SN02647463-W 20120101/111230233843-a58995d05d5a1fda7c22f3b31ad71e90 (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 |