Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOURCES SOUGHT

M -- LAS CRUCES/ROSWELL NEW MEXICO FULL MAINTENANCE/OPERATIONS & MAINTENANCE

Notice Date
7/27/2020 10:45:37 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R7 FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
47PH0220R0013
 
Response Due
8/7/2020 2:00:00 PM
 
Archive Date
08/22/2020
 
Point of Contact
Tekisha Randall, Brian Brown
 
E-Mail Address
tekisha.randall@gsa.gov, brian.brown@gsa.gov
(tekisha.randall@gsa.gov, brian.brown@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The General Services Administration, Public Building Service, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support and provide management, supervision, labor, materials, equipment, and supplies necessary to provide Full Maintenance Services at the following locations: Joe Skeen Roswell Federal Building, 500 North Richardson, Roswell, New Mexico 88201(Full Maintenance) Harold Runnels Federal Building, 200 East Griggs Ave, Las Cruces, New Mexico 88001(Full Maintenance) Las Cruces Federal Courthouse Building, 100 N. Church St, Las Cruces, New Mexico 88001(Operations & Maintenance). The requirement contemplated herein encompass approximately 296,217 square feet for the San Antonio and Pearsall area. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210, Facilities Support Services with an associated small business size standard of $38.5 Million. The result of this market research will contribute to determining the method of procurement, including type of small business set-aside. NO LARGE businesses need to respond to this notice. THERE IS NO SOLICITATION AT THIS TIME. All responses will be used to determine the appropriate acquisition strategy for this procurement. No award will be made from this sources sought. A solicitation is not available; therefore, do not request a copy of a solicitation. At this time, GSA is not seeking proposals and will not accept unsolicited proposals. If a solicitation is issued, it will be announced at a later date, and all interested parties must respond to that solicitation announcement, this Source Sought will NOT be linked to the solicitation. Operation and Maintenance Services: The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems in the three buildings.� The operations and maintenance will include electrical systems and equipment, including high voltage power distribution equipment and systems, power poles; mechanical, plumbing, energy management control systems, and heating, ventilation, and air conditioning systems and equipment; fire protection and life safety systems and equipment; architectural and structural systems, fixtures, and equipment; service call desk operations to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions; maintenance of landscape irrigation systems; locks, keycard systems, and static and dynamic bollard systems; dock levelers; domestic water equipment and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the elevator contractor and Contracting Officer�s Representative; flags flagpoles equipment and systems; roofs and roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the buildings. Custodial and Related Services: The contractor must furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, to include� custodial services, snow removal, pest control, window washing, waste removal/disposal, recycling and lawn and grounds maintenance. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. A complete and current record of your (System for Award Management) SAM�s Registration (Formally Central Contractor Registration CCR) which includes DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, �type of organization, small business type (if any), etc. 2. A capability statement supporting claims of organizational and staff capability to perform full maintenance services, ability to provide environmentally-responsible solutions and products, and methodology for supervisor/manager ability to hire/fire personnel, purchase needed supplies, materials, and equipment. 3. A list of full maintenance services contracts and associated federal customers with a minimum value of over $500,000 per year. Include whether the full maintenance work includes multiple-buildings, multi-story buildings, courthouses, high-security areas, office buildings, judicial offices, and/or landscaping and grounds maintenance. Also include the size of facilities (i.e., aggregate square feet). If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. GSA requests that potential sources only submit the minimum information necessary and no more than two (2) pages. The SAM�s record does not count toward the 2 page minimum. Telephone inquiries will not be accepted or acknowledged.� No feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Be advised that submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated with this sources sought will be solely at the expense of the respondents.� Additionally all submissions becomes government property and will not be returned. No Basis for a claim against the government shall arise as a result from a response to this sources sought. Submission Instructions: Interested parties, excluding large businesses, who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 4:00 PM (CDT) August 07, 2020. All responses under this Sources Sought Notice must be emailed to Tekisha Randall at tekisha.randall@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c3a4870cc804a65837da9b4b4e8da80/view)
 
Place of Performance
Address: Las Cruces, NM 88001, USA
Zip Code: 88001
Country: USA
 
Record
SN05735197-F 20200729/200727230139 (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.