Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2022 SAM #7635
SOURCES SOUGHT

Z -- Industrial Maintenance and Related Services

Notice Date
10/24/2022 8:07:12 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R11 SVCS CTR 2 WASHINGTON DC 20407 USA
 
ZIP Code
20407
 
Solicitation Number
EQWPSA-22-0034
 
Response Due
11/11/2022 3:00:00 PM
 
Point of Contact
JOSE NATIVISEGOVIA, Phone: 2022309069, Tikelia Murphy, Phone: 3124852105
 
E-Mail Address
jose.nativisegovia@gsa.gov, tikelia.murphy@gsa.gov
(jose.nativisegovia@gsa.gov, tikelia.murphy@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a�Sources�Sought�Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (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. The General Services Administration (GSA), Public Buildings Service (PBS), Region 11, has identified a need for Industrial Maintenance and Related Services at GSA's Heating Operation and Transmission Division (HOTD), including maintenance, inspection, repair and technical support. The term of the prospective requirement will be a one (1) year base with four (4) one-year options. The scope of this proposed procurement includes the provision of the following services: The Central Heating Refrigeration Plant (CHRP) supplies critical utilities in the form of 250 psig steam to approximately 70 Federal and DC government buildings and Smithsonian museums, as well as chilled water to 2 Federal buildings and 10 Smithsonian museums.� The CHRP is in operation 24 hours/day year-round, generating steam, chilled water, and electricity.� The equipment to be operated and maintained at the CHRP includes six steam boilers capable of producing 1.5 million lbs/hr of steam at 250 psig, eight chillers capable of producing 17,000 tons of refrigeration, eight cooling towers, two 5 MW Solar turbine-generators, three emergency generators, numerous pumps, motors and fans, fire protection and life safety systems, water treatment systems, a fuel oil system, natural gas compressors, air compressors, reverse osmosis systems, high-voltage electrical switchgear, treated water system controls, and a steam and chilled water data acquisition system, along with other associated equipment and systems. Various personnel qualifications for this contract include District of Columbia 2nd Class and 3rd Class Boiler Engineering Licenses, as well as certifications for maintaining and repairing high-voltage switchgear, fire alarm and sprinkler systems, turbine-generators, and electric motors and pumps. The NAICS code applicable to this proposed procurement is 561210 and the size standard is $41.5 million. Responses to this�sources�sought�announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors are encouraged to submit responses, using the format described below:. Corporate Information Identification Company name and company address� Point of contact, phone, and email address� The firm�s business type and size for NAICS Code 561210� Confirmation of registration in System for Award Management (Provide DUNS) � � � �2. Capabilities Narrative Indicate your experience working in Washington, DC or in the National Capital Region portion of the Washington Metropolitan Area. Please indicate the area(s) of Washington, DC or in the National Capital Region portion of the Washington Metropolitan Area, your firm currently performs service. If services are not currently performed throughout Washington, DC, please indicate your firm�s interest and capability to do so. If you do not have experience in The National Capital Region portion of the Washington Metropolitan Area, please describe your approach for assimilating into this market, including recruiting for staffing and subcontractor needs. Please indicate if your firm would be interested in seeking opportunities for Industrial Maintenance and Related Services in Washington, DC. Indicate if your firm would be interested in these opportunities as a prime contractor, or a Contractor Teaming Arrangement (CTA)? Provide information in sufficient detail regarding previous experience on Industrial Maintenance and Related Services requirements. Detailed information must include the following:� Description of the services performed.� Identify the number of buildings and location of the buildings covered by the contract.Indicate which services were self-performed and which were subcontracted. Provide square footage of individual buildings and aggregate building square footage. Identify if the project was a government or commercial requirement.� Include the type of space within the building(s). Identify the term of contract, including start and end date.� Annual and aggregate contract value.� Please limit responses to no more than fifteen (15) pages, and submit in either Microsoft Word or PDF file format. It is recommended to submit the information in the format as outlined above to minimize the effort of the respondent and structure the responses for ease of analysis by the Government. Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published in the Federal Business Opportunities (FBO). A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer. Responses must be submitted by email to�Jose Nativisegovia at jose.nativisegovia@gsa.gov and Tikelia Murphy tikelia.murphy@gsa.gov on or before November 11, 2022 at 06:00 PM, Eastern Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/097d6fc1cbad4423b2bb1214fbdf15d9/view)
 
Place of Performance
Address: Washington, DC 20228, USA
Zip Code: 20228
Country: USA
 
Record
SN06501436-F 20221026/221024230059 (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.