SOURCES SOUGHT
J -- Boston Federal Buildings Elevator Maintenance
- Notice Date
- 8/27/2015
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment 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
- Boston_Federal_Buildings_Elevator_Maintenance
- Archive Date
- 9/18/2015
- Point of Contact
- Ryan Colgan, Phone: 6175650577, Justin Zagorski, Phone: 617-565-5822
- E-Mail Address
-
ryan.colgan@gsa.gov, justin.zagorski@gsa.gov
(ryan.colgan@gsa.gov, justin.zagorski@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration, Public Buildings Service, Boston Service Center requires ALL INCLUSIVE Elevator Maintenance Services for the following Federal Buildings located in Boston, MA: -Captain John F. Williams Coast Guard Building, 408 Atlantic Ave, Boston, MA -John W. McCormack Post Office & CTHSE, 5 Post Office Square, Boston, MA -John F. Kennedy Federal Building, 15 New Sudbury Street, Boston, MA -Thomas P. O'Neil Federal Building, 10 Causeway Street, Boston, MA (Option) The services required by the contractor include the following: The Contractor shall provide management, supervision, labor, materials, equipment, testing, and supplies and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems of all elevators. All repairs will be the Contractor's sole responsibility. The Contractor will accept these elevators and lifts "as is." Except as listed below, no components are excluded from the requirements of this contract. The Contractor will respond to service calls 7 days per week, 24 hours per day as part of the monthly contract price. Excluded Equipment. The following elevator components are specifically excluded from this contract: (a) Repairs or replacements made necessary due to negligence, vandalism, or misuse of the equipment by persons other than the Contractor, the Contract representatives, or the Contract employees. (b) Refinishing or replacing elevator cabs, floor coverings, hoistway enclosures, cab and hoistway door frames and sills. (c) Replacing underground hydraulic piping or cylinders. (d) Main line disconnect switches (e) Replacement or refinishing of escalator balustrades, trim, moldings, and power lines to the escalator(s). THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. This is only a request for responsible, technically qualified sources in order to determine the appropriate method of procurement. Interested technically qualified firms shall submit detailed Statements of Capability. The Statements of Capability shall include detailed reference information and fully address and respond to the following questions. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. 1.) Provide evidence of successful experience providing Elevator Maintenance Services in an office building of similar size and complexity. 2.) Demonstrate capability for providing all of the above mentioned services in the local area pursuant to FAR 52.219-14 that in performance of the contract in the case of a contract for Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 3.) Will your firm submit a detailed proposal at a fair and reasonable price for this requirement when it is issued? 4.) If your firm intends to submit a proposal are your Key Personnel and all other staff cleared through the Department of Homeland Security HSPD-12 security process? 5.) Indicate whether your firm is small business, small disadvantaged business, service-disabled veteran owned, HubZone, Woman Owned, 8(a) or Large Business. The NAICS code for this contract is 238290 and the small business size standard is $14 million. Statements of Capability must be in writing and are due on September 8, 2015 at 2 p.m. Responses are limited to 20 pages. 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 business sources. The government will not reimburse responders for the cost of the submittals. Statements of Capability should be sent to Ryan Colgan by email to ryan.colgan@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/Boston_Federal_Buildings_Elevator_Maintenance/listing.html)
- Place of Performance
- Address: Multiple Locations, Boston, Massachusetts, 02222, United States
- Zip Code: 02222
- Zip Code: 02222
- Record
- SN03858933-W 20150829/150827235603-9125d770fe4d55f244e14c9ad23e41c4 (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 |