Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOURCES SOUGHT

S -- Operations & Maintenance Services, Delaware Valley Field Office, GSA Region 3, 2019

Notice Date
5/14/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R3 Acquisition Management Division South (47PD02), The Dow Building, 100 S Independence Mall West, Philadelphia, Pennsylvania, 19106-1521, United States
 
ZIP Code
19106-1521
 
Solicitation Number
47PD0118R0015
 
Point of Contact
John C. Hofmann, Phone: 2154465824, Lloyd J. Jenkins,
 
E-Mail Address
johnc.hofmann@gsa.gov, lloyd.jenkins@gsa.gov
(johnc.hofmann@gsa.gov, lloyd.jenkins@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement. NO LARGE businesses need respond to this notice. The General Services Administration (GSA), Region 3, has a need for the provision of Facilities Engineering, Operations & Maintenance Services at seven (7) facilities located in Pennsylvania, New Jersey, and Delaware, collectively known as the "Delaware Valley" or "DelVal" facilities, which have an aggregate total of approximately 1.3 million gross square feet (GSF). GSA seeks to identify firms interested in providing the management, supervision, labor, materials, equipment, and supplies necessary for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems, including vertical transportation, at the seven (7) facilities. The Facilities Engineering, Operations & Maintenance Services contemplated by this requirement include, but are not limited to, (1) Electrical systems and equipment, (2) Mechanical, plumbing, heating, ventilation, and air conditioning (HVAC) systems and equipment, (3) Fire protection and life safety systems and equipment, (4)All controls and control systems, (5) Architectural and structural systems, fixtures, and equipment within the site (to the property line), (6) Service request desk operations, to include record keeping using a government furnished computerized maintenance management system (CMMS) as well as other administrative functions, (7) Access and perimeter control systems, except those systems (or portions thereof) as identified as owned by a tenant agency, (8) Dock levelers, garage doors, rolling doors, and guard booths, (9) Installation only (not procurement) of all restroom dispensers (toilet paper, hand towel etc.). All partition hardware and batteries necessary for dispensers are included in the scope of this PWS, (10) Vertical transportation equipment and systems, (11) Static and dynamic bollard systems, including motorized barriers and gates, at one of the seven facilities, (12) Cafeteria and Old Kitchen area equipment, specifically limited to permanently installed HVAC and plumbing equipment; Appliances, general cafeteria equipment, fire suppression and alarm equipment are specifically omitted, except as include interface with general building systems, (13) Daycare playground equipment at one of the seven facilities, (14) Integrated Pest Management (IPM) for exterior and landscaping at one of the seven facilities, and (15) Snow Removal at one of the seven facilities. The contract to fulfill this requirement is anticipated to be a single-award, indefinite-delivery/indefinite quantity (ID/IQ) contract, awarded to the firm whose proposal represents the best value to the Government. The anticipated contract will consist of a base ordering period of one-year and nine (9) one-year optional ordering periods for a total performance period of up to ten (10) years. The applicable North American Industry Classification System (NAICS) code for this procurement is 561210, Facilities Support Services, which has a Small Business Size Standard of $38.5 million. All respondents must be certified to work within this NAICS code. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors should submit their capability statements, which should include size/classification of your firm, details of similar projects, completion dates, references, and contract amount. Narratives shall be no longer than THREE (3) pages. Responses should be submitted electronically via e-mail to the inbox created for this procurement, delval2019@gsa.gov, on or before May 29, 2018, at 2:00 PM EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/3PPRC1/47PD0118R0015/listing.html)
 
Record
SN04921619-W 20180516/180514230823-e51afcb3acecc0a2265532bd67013ef3 (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.