Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2025 SAM #8684
SOURCES SOUGHT

S -- Full Maintenance and Related Services Laredo Texas

Notice Date
9/3/2025 6:45:33 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
47PH0225R0006
 
Response Due
9/15/2025 10:30:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Carmen Weathers, Phone: 817-201-5975, Feann Stephens, Phone: 8172297903
 
E-Mail Address
carmen.weathers@gsa.gov, feann.stephens@gsa.gov
(carmen.weathers@gsa.gov, feann.stephens@gsa.gov)
 
Small Business Set-Aside
8A 8a Competed
 
Description
Sources Sought for the Full Maintenance Laredo, Texas. The General Services Administration, Public Buildings Service, Region 7, is issuing these sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support Full Maintenance services in the Laredo, Texas city. The Colombia Port of Entry, has a gross area of approximately 421,282 square feet and outside grounds area of 3,523,273 square feet; the Convent Port of Entry has a gross area of approximately 341,476 square feet; the Juarez-Lincoln Port of Entry has a gross area of approximately 436,693 square feet and outside grounds area of 1,320,250 square feet; the World Trade Port of Entry has a gross area of approximately 498,351 square feet; and the outside grounds area of 5,578,273 square feet; the Border Patrol Sector Headquarters has a gross area of approximately 71,246 square feet and outside grounds of 405,618 square feet; the George P. Kazen Building U.S. Courthouse has a gross area of approximately 453,646 square feet. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210; the associated 8(a) small business size standard is $47million. The requirement contemplated herein encompasses approximately 13,050,108 aggregate square feet among six buildings. In addition to custodial services such as cleaning, window washing, trash removal, recycling, landscaping, and maintaining a building, the Contractor shall provide management, supervision, labor, materials, equipment, and supplies for operations and maintenance services, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the building(s) listed above, to include the following: 1. Electrical systems and equipment. 2. Mechanical, plumbing, energy management control systems (EMCS) equipment, BAS systems and equipment, heating ventilation and air conditioning (HVAC) systems and equipment. 3. Fire protection and life safety systems and equipment. 4. All control systems that are within the scope of this contract. 5. Architectural and structural systems, fixtures, and equipment within the site (to include existing easements and right of ways). 6. Service call desk operations, to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions. 7. Maintenance of landscape irrigation systems. 8. Locks, keylocks and systems, keycard panels and associated equipment, cipher locks, combinations locks, and including but not limited to all permanent safety fixtures such as perimeter planters. 9. Dock levelers. 10. Domestic water equipment and systems 11. Water treatment equipment and systems 12. Sanitary sewage equipment and systems 13. Storm drainage equipment and systems 14. Reporting of elevator problems and service calls to the Contracting Officer's Representative. 15. All flags, flagpoles and all associated equipment and systems. 16. Kitchen appliances and equipment 17. Roof and Roofing systems. 18. Parking, Parking Surfaces, striping, numbering, signage, directional traffic flow indicators and associated equipment and systems. 19. Building directory board equipment and systems 20. Building signage. The result of this market research will contribute to determining the 8(a) of small business set-aside in the market. NO LARGE businesses need to respond to this notice. 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 associated to this request for capability information. 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) information which includes DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, type of organization, small business type(s). (2) A capability statement supporting claims of organizational and staff capability to perform Full Maintenance related services described herein and ability to provide environmentally responsible solutions inclusive of initiatives to conserve energy and water consumption, recycling programs, meeting or exceeding specific environmental, regulatory, or performance standards, and the utilization of sustainable products and services. (3) A list of Full Maintenance contracts and associated federal customers with a minimum value over $250,000 per year performed within the last 5 years. Include whether the services performed are in multiple-buildings, multi-story buildings, courthouses, high-security areas, office buildings, and/or judicial offices. Also include the size of facilities (i.e., aggregate square feet. Please include the size range [smallest sq ft - largest sq ft] of the facilities as applicable). A point of contact (Building/Property Manager, Contracting Officer, etc) to each identified contract related to item (3) above. Please provide the name, title, agency (or like concern), telephone number, email address, and physical address with the associated contract. 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 four (4) pages. The SAM record does not count toward the 4-page minimum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. 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 12:30 PM (CDT) September 15, 2025. All responses under this Sources Sought Notice must be emailed to carmen.weathers@gsa.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9538876245284e1d8f4be2ce4e206be3/view)
 
Place of Performance
Address: Laredo, TX 78040, USA
Zip Code: 78040
Country: USA
 
Record
SN07577287-F 20250905/250903230049 (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.