Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOLICITATION NOTICE

Z -- Full Maintenance Services at Lawton, OK Federal Building, O&M Services at Oklahoma City Federal Building

Notice Date
5/13/2020 10:42:55 AM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R7 FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
47PH0220R0011
 
Response Due
5/25/2020 12:00:00 AM
 
Archive Date
06/09/2020
 
Point of Contact
Marina Barnes, Derek A Gadberry
 
E-Mail Address
marina.barnes@gsa.gov, derek.gadberry@gsa.gov
(marina.barnes@gsa.gov, derek.gadberry@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This synopsis serves as an announcement of the forthcoming acquisition Oklahoma City,OK (O&M Services) & Lawton, OK (Full Maintenance Services) General Services Administration, Public Buildings Service, Greater Southwest Region intends to solicit a proposal for O&M & Full Maintenance Services, which includes Operations & Maintenance Services, Custodial Services, and Ground Maintenance Services at the following locations: � Lawton Federal Building 410 S.W. Fifth Street Lawton, OK 73501-4628 (OK0074ZZ) � FM Services Only � OKC Federal Building (Campus) 301 N.W. Sixth Street, OKC, OK (OK0101ZZ) � O&M � OKC Federal Parking Garage 200 N.W. 5th St., OKC, OK (OK0099CT) � O&M � William J. Holloway, Jr. US Courthouse (FOB) 200 N.W. Fourth Street. OKC, OK �73102-3026 (OK0072CT) �O&M � OKC Post Office/Courthouse 215 Dean A. McGee Ave OKC, OK 73102-3440 (OK0046CT) � �O&M Offerors will be expected to provide all management, supervision, labor, materials, equipment, and supplies necessary to perform Operations and Maintenance, Custodial Services, and Grounds maintenance. The offerors shall also be responsible for the efficient, economical, and satisfactory operation, the scheduled and unscheduled maintenance, and the repair of equipment.� Additionally, the offerors shall furnish all personnel labor, equipment, materials, tools, supplies, supervision, management, training/certifications to include� custodial services, snow removal, pest control, window washing, waste removal/disposal, recycling and lawn and grounds maintenance. The facilities covered by this solicitation encompasses approximately 879,031 aggregate rentable square feet in approximately 5 buildings (buildings range in size from 24,487 to 269,459). In accordance with Federal Acquisition Regulation (FAR) Subpart 19.14, this potential acquisition is 100% Small �Business Set-Aside Total. The North American Industry Classification System (NAICS) code assigned to this procurement is 561210, Facilities Support Services and the small business size standard is $41.5 million. All firms or individuals responding must be registered in the System for Award Management (SAM) www.sam.gov. The solicitation number is 47PH0220R0011.� The period of performance consist of one-year base period plus four (4) one-year option periods to begin on or about November 1, 2020. NOTE: The solicitation will include FAR 52.217-8, Option to Extend Services, which would allow the government to extend the period of performance and additional 6 months, if necessary. The solicitation will be available on or about May 26, 2020. The pre-proposal conference/site visit and the deadline for questions will be noted in the solicitation. The solicitation and subsequent amendments will only be publicized through Contract Opportunities at www.betaSAM.gov. Contractors are solely responsible for monitoring the internet to download the solicitation and any subsequent amendments. No phone/ No fax and/or no electronic mail requests for a paper copies of the solicitation and any subsequent amendments will not be provided under any circumstances. The current contract is due to expire 31 October 2020. If the Government does not award a follow-on contract in a timely manner, the Government may require the current Contractor to continue performance for additional periods up to six (6) more months under FAR clause 52.217-8. The primary contract specialist regarding this synopsis is Ms. Marina Barnes at email marina.barnes@gsa.gov and The Contracting Officer is Mr. Derek Gadberry at email derek.gadberry@gsa.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/17603dda27794a54b149adc052abf644/view)
 
Place of Performance
Address: Oklahoma City, OK 73102, USA
Zip Code: 73102
Country: USA
 
Record
SN05656128-F 20200515/200513230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.