SOURCES SOUGHT
Z -- Operations and Maintenance, Flint and Saginaw
- Notice Date
- 9/28/2017
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
- ZIP Code
- 00000
- Solicitation Number
- To_Be_Determined_2018
- Archive Date
- 10/27/2017
- Point of Contact
- Kaye Jocelyn Wierzbicki, Phone: 6122224138, Ronald P. Sieben, Phone: 612-725-3018
- E-Mail Address
-
kaye.wierzbicki@gsa.gov, ronald.sieben@gsa.gov
(kaye.wierzbicki@gsa.gov, ronald.sieben@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- ***This is a request for interested parties only, this is NOT a request for proposals*** The General Services Administration is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for recurring Building Operations and Maintenance Services at the following locations: Location 1: United States Federal Building 600 Church St. Flint, MI 48502 Location 2: Social Security Administration Building 611 E. Genesee Saginaw, MI 48607 The awardee will be tasked with providing performance-based Operations & Mechanical Maintenance services to ensure the safety of the building mechanical operations and to maintain the building assets. The general nature and intent of the work to be performed will include but is not limited to labor, materials, equipment, management, and supplies for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of the following equipment and systems: electrical systems and equipment; Mechanical, plumbing and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment; Building Monitor and Control Systems including Building Automation System (BAS); Fire protection and life safety systems and equipment; Architectural and structural systems, fixtures, and equipment within the site (to the property line); Maintenance of landscape irrigation systems; locks, keycard systems, dock levelers and rollup and sliding garage doors; and storm drainage systems. The Contractor shall maintain all fixed equipment and systems; The Contractor shall complete roofing system investigations and repairs; The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. The Contractor shall maintain kitchen/concessions area drains, as well as conveying equipment, parking control equipment, and loading dock equipment. Additionally, the contractor will have to monitor service desk operations and keep records using a computerized maintenance management system (NCMMS) if available. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). 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. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to kaye.wierzbicki@gsa.gov no later than October 12, 2017 at 2:00 PM (Central Standard Time). Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number and capability statement for the services as stated above. Additionally include: three customer references to which you have provided similar services, and your company business size pursuant to the following questions: (1) Is your business large or small, (2) If small, does your firm qualify as a small, emerging business or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified Hubzone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service Disabled Veteran Owned Small or Veteran Owned Small Business? The Method of Award for any future solicitation will likely be based on past performance and total evaluated price. THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT," SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a9113d2f6cf2a333308864db0f59f20)
- Place of Performance
- Address: Location 1: United States Federal Building, 600 Church St., Flint, MI 48502, Location 2: Social Security Administration Building, 611 E. Genesee, Saginaw, MI 48607, Michigan, United States
- Record
- SN04698239-W 20170930/170928231630-1a9113d2f6cf2a333308864db0f59f20 (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 |