Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 14, 2016 FBO #5165
MODIFICATION

S -- RFI for Combined Facilities Services - REVISED Request for Information

Notice Date
1/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Heating Operation & Transmission Division (WPO), 13th & C Streets, SW, 2nd Floor, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
EQWPMG-15-5032
 
Archive Date
2/24/2016
 
Point of Contact
Shannon D Perkins, Phone: 202-690-9742, Karlton Chesson, Phone: 202-343-1209
 
E-Mail Address
shannon.perkins@gsa.gov, Karlton.Chesson@gsa.gov
(shannon.perkins@gsa.gov, Karlton.Chesson@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
REVISED Request for Information/Sources Sought Request for Information / Sources Sought Notice Combined Facilities Management (CFM) Services The General Services Administration, Triangle Service Center (WPMG), has the following requirement for Combined Facilities Management (CFM) Services Project. THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS "SOURCES SOUGHT" REQUEST. ANY RESPONSE TO THIS RFI / SOURCES SOUGHT NOTICE WILL BE USED BY THE GOVERNMENT AS MARKET RESEARCH, FOR INFORMATIONAL PURPOSES AND TO MAKE APPROPRIATE ACQUISITIONS DECISIONS. The General Services Administration has a requirement to solicit Combined Facilities Management (CFM) services at a highly secured federal building located in the Washington, District of Columbia Metropolitan area. This solicitation is set-aside for small businesses. The North American Industry Classification System (NAICS) code is 561210 and the small business standard size is $33,500,000.00. THIS PROCUREMENT IS SET ASIDE FOR 8(a) BUSINESSES ONLY. The General Services Administration located in Washington DC, is looking for qualified vendors capable of performing the work as listed below. DESCRIPTION OF WORK Contractor will provide janitorial/custodial, operations and maintenance, snow removal, elevator maintenance and additional services consisting of assisting the Building Manager by responding to requests for services such as delivering of trash bins, emergency responses, escorting service providers (i.e. utility personnel and vendors) and other duties what are not covered by the basic operation and maintenance service requirement(s). *Basic operations and maintenance services include but are not limited to: operation, repair, preventive maintenance, service calls, inspections, watches and tours as appropriate.* Contractor will also be responsible for all building mechanical systems, emergency generators, electrical and plumbing systems, building automation systems, architectural and structural conditions (to include roofs, windows, courtyards, park areas, etc.) of the facility, as well as, adhering to all applicable local, state and Federal codes and regulations. The CFM will include Custodial, Operations and Maintenance and Elevator Services. Anticipated Period of Performance: The anticipated period of performance for this requirement is five (5) years, consisting of a one-year base period plus four (4) one-year option years. NAICS Code: 561210 THIS SOURCES SOUGHT, SHALL NOT BE CONSTRUED AS A FORMAL SOLICITATION. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. THE GOVERNMENT IS NOT LIABLE FOR ANY DIRECT OR INDIRECT COSTS INCURRED BY THE VENDOR IN PREPARING OR SUBMITTING THIS VOLUNTARY INFORMATION. Contractors who feel that they can provide the above services are invited to submit in writing an affirmative response which includes the following information: •1) What is the name of your business? •2) What is your POC's name, telephone number, e-mail address, and business address? •3) Is your firm a certified 8(a) small business concern according to NAICS 561210 ? •4) Is your business eligible to perform the tasks as described in this document? _______ I AM interested in this procurement and would like to receive a solicitation if and when it issued. _______ I AM NOT interested in this procurement and would not like to receive a copy of the solicitation. **All responsible sources are encouraged to respond to this sources sought announcement by submitting a capability statement and providing any additional information demonstrating performance of similar scope and complexity regarding this requirement.** In addition, please provide responses to the questions contained within this notice via email to Shannon.perkins@gsa.gov and Karlton.chesson@gsa.gov no later than February 8, 2016 2PM - EST. The Government does not intend to rank submittals or provide any reply to interested firms. Any Questions please contact Shannon Perkins and Karlton Chesson by email. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Extraneous materials (brochures, manuals, etc.) will not be considered. **IMPORTANT NOTE: THIS IS A REQUEST FOR INFORMATION ONLY. THE GOVERNMENT DOES NOT PROMISE OR IMPLY THAT A CONTRACT WILL BE AWARDED AS A RESULT OF INFORMATION RECEIVED FROM THIS REQUEST. **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPO/EQWPMG-15-5032/listing.html)
 
Place of Performance
Address: Highly secured Federal Building located in the Washington District area of Columbia., Washington, District of Columbia, United States
 
Record
SN03989398-W 20160114/160112234901-782a2ca8a673f8bdd0e348e608f593ed (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.