Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2020 SAM #6943
SOURCES SOUGHT

S -- Port of Entry - Eastern WA/North Idaho Janitorial and Operations & Maintenance

Notice Date
11/30/2020 3:48:52 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
47PL0221R0002
 
Response Due
1/1/2021 3:00:00 PM
 
Archive Date
01/16/2021
 
Point of Contact
Joshua Anderson, Phone: 5096558275
 
E-Mail Address
joshua.anderson@gsa.gov
(joshua.anderson@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The General Services Administration 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 this requirement for Facilities maintenance with ancillary work at the Customs and Border Patrol Ports of Entry locations in Central/Eastern Washington and North Idaho (See below for specific addresses). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210 Facilities Support Services. See Attached. 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.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. 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. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 12/25/2020. All responses under this Sources Sought Notice must be emailed to Joshua.anderson@gsa.gov If you have any questions concerning this opportunity please contact: Joshua Anderson @ Joshua.Anderson@gsa.gov Janitorial and Operations & Maintenance Services for Danville, Ferry, Laurier, Oroville, Metaline Falls, Porthill, and Eastport Land Port of Entries. The General Services Administration (GSA) has a need for a contractor to perform Janitorial and Operations & Maintenance Services (JANMECH). These services may be procured under the GSA MAS schedules (Formally known as Federal Supply Schedule 03 FAC), utilizing GSA Class Deviation CD-2019-10 for a ten (10) year contract (Base Year, with 9 Option Years). Required SINs: 561210FAC Facilities Maintenance and Repair 561210FS - Facilities Support Services ANCRA Ancillary Repair and Alterations Operations & Maintenance: Contract requirements may include, but are not limited to, providing management supervision, labor, materials, equipment, repair parts, tools and supplies. Contractor is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the buildings. This includes, but is not limited to, janitorial services, electrical systems and equipment, mechanical, plumbing, heating, ventilation, exhaust systems and air conditioning; fire protection and life safety systems and equipment; building monitor and control systems; architectural and structural systems, fixtures, and equipment within the site; maintenance of landscape irrigation systems; mechanical equipment for window washing; locks, key card systems, vehicle barrier systems and static and dynamic bollard systems; dock levelers and roll-up and sliding garage doors; storm drainage systems; roofing system investigations and repairs; flagpole lighting and pulley system; kitchen/concessions area drains; conveying equipment, parking control equipment, and loading dock equipment. Additional services such as ancillary minor construction projects may be ordered as well. Construction Services valued at less than $25,000.00 per occurrence may be added to this Contract through an ASWR.� Construction Services are indefinite delivery, indefinite quantity requirements that are related to the basic services provided under this Contract and that the Contractor shall provide at an additional cost to the Government.� The cost shall include all labor, supervision, equipment, supplies, and materials necessary to complete the ASWR on a firm fixed price basis.� The CO shall execute the requirements Order before the Notice To Proceed will be issued for the Construction Services. Janitorial: Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract. Ensure that their employees are properly trained, licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by Federal, State, or local laws; codes, or ordinances. Be responsible to make the management and operational decisions to meet the quality performance standards required under this contract. Use innovation, technology and other means and methods to develop and perform the most efficient cleaning services for the building.� Locations for Janitorial and Operations & Maintenance Services: 1.�������� Danville LPOE (WA0550DV) 3184 Hwy 21, West Danville, WA 98121 2.�������� Ferry LPOE (WA0551FB, WA0522FB, WA0553FB) 1377 Customs Road, Curlew, WA 98118 3.�������� Laurier LPOE (WA0601LB) US Route 395. Laurier, WA 99146 4.�������� Oroville (WA0124OB, WA0130OB, WA0134OB, WA0626O B) 33643 US Hwy 97, Oroville, WA 98844 5.�������� Metaline Falls LPOE (WA0611MB) 26781 Highway 31 Metaline Falls, WA. 99153 6.�������� Eastport LPOE (ID0504EB) US Highway 95 at US/Canadian Border Eastport, ID 7.�������� Porthill LPOE (ID0560PB) US Highway 1, US/Canadian Border Porthill, ID The contract will be procured under NAICS 561210, which has a small business size standard of $41.5 million.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b8c84e832afc4ed1b0f2354bc6cb5454/view)
 
Place of Performance
Address: Oroville, WA 98844, USA
Zip Code: 98844
Country: USA
 
Record
SN05862881-F 20201202/201130230148 (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.