SOURCES SOUGHT
Z -- Elevator Maintenance Services at Warren E. Burger Federal Courthouse in Saint Paul, MN
- Notice Date
- 8/21/2018
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment 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
- TBD_ElevatorMaintenanceServices
- Archive Date
- 11/1/2018
- Point of Contact
- Peter D Haas, Phone: 3133179629
- E-Mail Address
-
peter.haas@gsa.gov
(peter.haas@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The General Services Administration is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to support this requirement for Elevator Maintenance and Related Services at the following location: Warren E. Burger U.S. Courthouse 100 Federal Building, 316 Robert St N, St Paul, MN 55101 This Sources Sought notice is for INFORMATIONAL AND PLANNING PURPOSES ONLY. It does NOT constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. THE INFORMATION FROM THIS MARKET RESEARCH IS FOR PLANNING PURPOSES ONLY AND WILL ASSIST THE GOVERNMENT IN PLANNING ITS ACQUISITION STRATEGY. THIS IS STRICTLY MARKET RESEARCH AND THE GOVERNMENT WILL NOT ENTERTAIN QUESTIONS CONCERNING THIS MARKET RESEARCH. The NAICS codes for this requirement will be 238290. Description The Contractor shall provide all management, supervision, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective performance of elevator maintenance and related services at the the location above. The Contractor shall provide full elevator maintenance service, in compliance with the ASME Safety Code requirements, manufacturer's recommendations, Elevator Industry Field Employees' Safety Handbook, National Electrical Code, and all other applicable laws, regulations, rules, ordinances, codes, etc. Full maintenance service is defined as all services, repairs, inspections and testing necessary to maintain all elevators, appurtenances, and accessories in a fully operational mode at all times except for pre-scheduled downtime including all labor, parts and materials. In part, this includes maintenance and repair of door seals, light bulbs and lighting fixtures in elevator spaces (cars, hoist ways, tops and bottoms of cars, and pits), and maintaining acceptable ride quality which may require periodic evaluation and adjustment of guide rails. The contract includes preventive maintenance tasks, testing, repairs, service calls, and emergency call-back services. The maintenance Contractor must provide all tools, equipment, supplies and personnel necessary for safely performing all tests required by the ASME A17.1 Safety Code for Elevators and Escalators and the Authority Having Jurisdiction (AHJ). All tests required by code will be conducted at no additional cost to the government regardless of when the testing is performed. The Contractor shall be responsible for all costs associated with accomplishing repairs and replacements including labor, equipment, materials, supplies and subcontracts. The Warren E. Burger U.S. Courthouse has six (6) elevators. 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 tocompanies regarding their submissions. Capability Statement Information Companies are encouraged to respond if they have the capability and capacity to provide the services. However, be advised that generic capability statements are not sufficient for effective analysis of a respondent's capacity and capability to provide the required services. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform, while in compliance with Far 52.219-14 - Limitations on Subcontracting. Response Submission Responses to this Sources Sought Notice must be received no later than August 31, 2018 at 5:00pm Central Time and emailed to Contracting Officer Peter D. Haas at peter.haas@gsa.gov. The following information should be included: · Company name · Mailing address · DUNS number · Company Point of Contact · Email address · Telephone number · Website · Small business status under NAICS 238290 · Relevant, completed work which demonstrates capability · Any other pertinent information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6867c5fb047625d301786d2712ba9549)
- Place of Performance
- Address: 100 Federal Building, 316 Robert St N, Saint Paul, Minnesota, 55101, United States
- Zip Code: 55101
- Zip Code: 55101
- Record
- SN05048100-W 20180823/180821231300-6867c5fb047625d301786d2712ba9549 (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 |