SOURCES SOUGHT
Z -- Full Maintenance Services Contract for Waco Texas
- Notice Date
- 6/24/2024 10:13:43 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- PBS R7 SERVICES AND FACILITIES MAINTENANCE FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- 47PH0224R0011
- Response Due
- 7/8/2024 1:00:00 PM
- Archive Date
- 07/08/2024
- Point of Contact
- Mike Burtner, Phone: 8172357667, Brenda Ruiz, Phone: 8174701906
- E-Mail Address
-
mike.burtner@gsa.gov, brenda.ruiz@gsa.gov
(mike.burtner@gsa.gov, brenda.ruiz@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This sources sought serves as an announcement of the forthcoming acquisition. General Services Administration (GSA), Public Buildings Services (PBS), Greater Southwest Region 7 intends to solicit proposals for Full Maintenance Support Services for one Federal facility located in Waco Texas. The gross square footage is approximately 86,638 square footage net cleaning area, and total outside area is 44,850 square footages. Offerors will be expected to provide operations, maintenance, management, supervision, labor, materials, equipment, and supplies for the facilities. 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, and to provide custodial services, snow removal, pest control, window washing, waste removal/disposal, recycling, and lawn & grounds maintenance services. In accordance with Federal Acquisition Regulation (FAR) Subpart 19.502(b), this acquisition is going to be 100% set-aside for a Small Business concern. The North American Industry Classification System (NAICS) Code is 561210, Facilities Support Services.� The size standard is $41,500 million.� The contract type will be Firm Fixed-Price for basic monthly services with an Indefinite Quantity provision for additional services. THERE IS NO SOLICITATION AT THIS TIME. All responses will be used to determine the appropriate acquisition strategy for procurement. No Award will be made from these 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. No large business needs to respond to this notice. If a solicitation is issued, it will be announced at 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 and are interested, 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 operation and maintenance and custodial and related 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; and 3. A list of full maintenance service contracts and associated federal customers with a minimum value of over $500,000. Include weather the operation and maintenance includes multiple-buildings, multi-story buildings, courthouse, high-security areas, office buildings, and/or judicial offices. 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; no more than two pages long. The SAM record does not count toward the two (3) page minimum. All Interested and qualified sources must notify this office by electronic mail no later than July 8th, 2024, 3.00 PM (CST) to the following Contract Personnel, Mike Burtner, email; mike.burtner@gsa.gov. Telephone calls 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 and the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/215d5e808c7a413b9cc54e571773e431/view)
- Place of Performance
- Address: Waco, TX 76701, USA
- Zip Code: 76701
- Country: USA
- Zip Code: 76701
- Record
- SN07106201-F 20240626/240624230120 (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 |