SOURCES SOUGHT
S -- Custodial Service and Ground Maintenance, Brownsville, TX
- Notice Date
- 8/21/2015
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQB), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-15-JU-D-XXXX
- Point of Contact
- Racarol V. Height, , David Matthews,
- E-Mail Address
-
racarol.height@gsa.gov, david.matthews.@gsa.gov
(racarol.height@gsa.gov, david.matthews.@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration, Public Building Service, Region 7, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and having the resources to support custodial services in Brownsville, TX at the following facilities/locations: -Gateway Port of Entry, 1500 East Elizabeth Street, Brownsville, TX; 442,498 gross square feet -B & M Port of Entry, 1300 Mexico Blvd., Brownsville, TX; 323,629 gross square feet -Los Tomates Port of Entry, 3300 South Expressway 77/83, Brownsville, TX; 2,264,120 gross square feet -Los Indios Port of Entry, 100 Los Indios Blvd., Brownsville, TX; 4,056,644 gross square feet -Fort Brown, 3300 South Expressway 77/83, Brownsville, TX, 512,516 gross square feet -U S Courthouse, 600 East Harrison Street, Brownsville, TX, 448,372 gross square feet The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561720 Janitorial Services; the associated small business size standard is $38.5 million. The requirement contemplated herein encompasses approximately 8,047,779 aggregate square feet among 6 buildings/facilities. Custodial services include but are not limited to cleaning, window washing, trash removal, recycling, landscaping, and maintaining the buildings. The result of this market research will contribute to determining the method of procurement, including type of small business set-aside. NO LARGE businesses need to respond to this notice. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred in association with this request for capability information. If your organization has the potential capacity to perform these contract services, please provide the following information: (1) A complete and current record of your registration within the System for Award Management (SAM) located at https://www.sam.gov/. The record shall include your DUNS number, organization name, address, contact name, email address, web site address, telephone number, type of organization, and small business type(s). (2) A capability statement supporting claims of organizational and staff capability to perform custodial services described herein and the ability to provide environmentally-responsible solutions inclusive of initiatives to conserve energy and water consumption, recycling programs, meeting or exceeding specific environmental, regulatory, or performance standards, and the utilization of green products and services. (3) A list of Custodial Service contracts associated with federal customers with a minimum value of $1,000,000 per year (performed within the last 5 years). Include whether the services performed are in multiple buildings, multi-story buildings, LEED certified buildings, courthouses, high-security areas, office buildings, and/or judicial offices. Also include the size of facilities (i.e. aggregate square feet, size range [smallest sq ft – largest sq ft] of the facilities as applicable). A point of contact (Building/Property Manager, Contracting Officer, etc.) to each identified contract related to item (3) above. Please provide the name, title, agency (or like concern), telephone number, email address, and physical address with the associated contract. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. GSA requests that potential sources only submit the minimum information necessary and no more than four (4) pages. The SAM.gov record does not count toward the 4-page maximum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. Submission instructions: Interested parties, excluding large businesses, who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM (Central), Monday, September 7, 2015. All responses under this Sources Sought Notice must be emailed to Racarol Height, Contract Specialist, at the following email address: racarol.height@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMO/GS-07P-15-JU-D-XXXX/listing.html)
- Place of Performance
- Address: Brownsville, TX, Gateway Port of Entry, 1500 East Elizabeth Street, Brownsville, TX, B & M Port of Entry, 1300 Mexico Blvd., Brownsville, TX, Los Tomates Port of Entry, 3300 South Expressway 77/83, Brownsville, TX, Los Indios Port of Entry, 100 Los Indios Blvd., Brownsville, TX, Fort Brown, 3300 South Expressway 77/83, Brownsville, TX, U S Courthouse, 600 East Harrison Street, Brownsville, TX, United States
- Record
- SN03849621-W 20150823/150821235120-8104beea923763de24cdc91f681d5311 (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 |