Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOURCES SOUGHT

Z -- Springfield Courthouse Mechanical Maintenance

Notice Date
5/10/2012
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Branch Service Centers Division (1PSA), 10 Causeway St., Bosotn, MA 02222, Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
Springfield_Courthouse_Mechanical_Maintenance
 
Point of Contact
Michelle L. Kelly, Phone: 6175658895, Kimberly Yates, Phone: 6176566013
 
E-Mail Address
Michelle.Kelly@gsa.gov, kimberly.yates@gsa.gov
(Michelle.Kelly@gsa.gov, kimberly.yates@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Market Research for Qualified Small Business sources GSA, Public Buildings Service, New England Region NAICS 238220, small business size standard of $14 million dollars Plumbing, Heating, and Air-Conditioning Contractors 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. Market research is being conducted to determine if any SDVOSB, HUBZone, 8(a), or Women-Owned Small Businesses have the current relevant qualifications, experience, personnel and capability to perform the work described herein. All qualified Small Businesses are encouraged to respond. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is the acceptable strategy for the procurement. The appropriate NAICS code is 238220 with a small business size standard of $14 million. The General Services Administration, Public Buildings Service, Service Centers Division requires mechanical maintenance for the following building: (1) Springfield Federal Building and U.S. Courthouse located at 300 State Street, Springfield, MA 01105-1811. Height of Building: 3 Stories + Basement Gross Area: 176,054 SF Asbestos in Building: No The contractor will provide all management, labor, materials, equipment, and supplies necessary to accomplish the work in a responsible, cost efficient, environmentally friendly manner. Services shall be performed in accordance with the most stringent of all federal, state, and local codes and regulations. In addition, the contractor shall follow all applicable standard industry practices. Services to be provided include operating, maintaining and repairing all building mechanical, electrical and utility apparatus and systems installed at the buildings. The contractor will also be responsible for required reports/submittals, attendance at various meetings, and performance of other special requirements. The services required may include but should not be interpreted as all inclusive or limited to the following: 1. Air-conditioning equipment and systems. 2. Air-handling/distribution equipment and systems 3. Electrical systems and equipment, lighting and switchgear systems 4. Heating, ventilation, and air conditioning (HVAC) systems and equipment. 5. Building Automated System (BAS). 6. 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. 7. Sanitary sewage equipment and systems 8. Storm drainage equipment and systems. 9. Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventors, water storage tanks, fire extinguishers, etc. 10. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) 11. Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) 12. Fire doors and windows (including hinges, closers and latching hardware) 13. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 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. The anticipated award will be a firm fixed price contract with a term of one (1) base year with four (4) one year option periods. Statements of Capability must be in writing and are due on Monday, June 4th at 1 p.m. Responses are limited to 20 pages. Failure to submit all information requested will result in a contractor not being considered as an interested concern. The package shall address, at a minimum, the following: 1. Please provide a detailed narrative demonstrating your experience in the type of mechanical services 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 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 shall include all professional licenses and certifications. 4. Please provide a narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. 5. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. 6. Please provide a letter from your Bonding Company identifying your firm's aggregate bonding capacity in providing Bid, Performance and Payments bonds. 7. Company profile, to include number of employees, annual receipts, office location(s), and DUNS number. 8. Please indicate if your firm represents a small business socio-economic concern such as SDVOSB, Woman Owned, 8(a) or HubZone. It is the goal of the GSA to support socio-economic business concerns. 9. A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. 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. Respondents will not be notified of the results of the evaluation Statements of Capability should be sent to both Michelle Kelly, Contract Specialist, and Kimberly Yates, Contracting Officer, General Services Administration, Public Buildings Service, Boston Service Center, T. P. O'Neill Federal Office Building, 10 Causeway Street, Boston, MA 02222 or by email to michelle.kelly@gsa.gov and kimberly.yates@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/Springfield_Courthouse_Mechanical_Maintenance/listing.html)
 
Place of Performance
Address: 300 State Street, Springfield, Massachusetts, 01105, United States
Zip Code: 01105
 
Record
SN02744669-W 20120512/120510235401-a9a4cee1d019db729314299aeb7a6d8e (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.