Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

R -- File storage, retrieval and management (on site) of paper files, Centralized supply storage, management and distribution; Receiving; and transition services to centralize these functions

Notice Date
5/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Allegheny Realty Service District (3PK), The Wanamaker Building, 100 Penn Square East, Philadelphia, PA, 19107-3396
 
ZIP Code
19107-3396
 
Solicitation Number
GS-03P-02-CDC-0059
 
Response Due
6/19/2002
 
Point of Contact
Diane Stetser, Contracting Officer, Fax (215) 656-5955, - Michelle Garofalo, Realty Services Technician, Phone (215) 656-6110, Fax (215) 656-5955,
 
E-Mail Address
diane.stetser@gsa.gov, michelle.garofalo@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The United States General Services Administration, Public Buildings Service has a requirement for a firm to provide all management, supervision, labor and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the following services at the GSA, Regional Office Building, 801 Market Street, Philadelphia, PA: The file storage, retrieval and management (on site) of approximately 400 s.f. of paper files including the archiving and disposal as needed; Centralized supply storage, management and distribution (excludes purchasing); Receiving, including limited mail distribution and collection to/from specified drop off points; Copying, plotter and scanner services; Reception services. These services are not currently centralized within the GSA, PBS organization, therefore the contractor awarded this requirement will assist GSA during the transition period to centralize these functions. The contractor will also be required to provide a functional help desk, file tracking application and inventory control system prior to the office relocation. This requirement will be filled through the award of a single, firm fixed price contract for a base period of one (1) year, with options to extend the services for an additional four, one (1) year option period at the sole discretion of GSA. The total duration of this contract could be for five (5) years. The estimated cost of this project for all five years is between $500,000.00 and $1,000,000.00. This procurement is being set aside for small business. NAICS Code 561499. This announcement also constitutes the synopsis of the pre-invitation notice. The method of procurement will be a competitive, negotiated, Request for Proposal (RFP). Source Selection procedures as identified in the Federal Acquisition Regulations (FAR) Part 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on their technical proposals with respect to their Proposed staffing and Operations concept, Demonstrated successful past performance, proposed transition services, as well as on their price proposals. Evaluation of Technical Factors will be accomplished by the Government's analysis of each contractor's proposal. Upon receipt and evaluation of all technical and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government based on a combination of technical and price related factors incorporating trade offs between price related and non price related factors. Failure of offerors to submit a technical offer will preclude further participation on this acquisition. The Government may or MAY NOT HOLD DISCUSSIONS ON TECHNICAL OR PRICE PROPOSALS, THEREFORE, THE OFFEROR'S INITIAL PROPOSAL SHOULD CONTAIN THE OFFEROR'S BEST TERMS FROM BOTH A TECHNICAL AND A PRICE STANDPOINT. For this procurement, technical evaluation factors are more important than price. Full details of this requirement and the evaluation factors will be provided within the solicitation package. Any documents related to this procurement will be available via the Internet only. No hard copies will be available. Contractors are responsible for downloading their own copy of all documents, including any amendments. Copies of Solicitation number GS-03P-02-CDC-0059 will be available through the World Wide Web at (www.fedbizopps.gov) on approximately May 21st, 2002. It is the contractor's responsibility to monitor this site for the release of any information or documents in the special notes, the solicitation and amendments, if any. Faxed, facsimile, or emailed proposals WILL NOT be accepted or considered for this solicitation. To be included on our GSA source list or confirm your attendance at the Pre Proposal conference, please mail, fax or email your request to Michelle Garofalo, at the address listed above, fax (215) 656-5955 or (215) 656-7424, or email michelle.garofalo@gsa.gov, reference Solicitation Number GS-03P-02-CDC-0059 for identification purposes, TELEPHONE REQUESTS FOR THIS SOLICITATION WILL NOT BE HONORED. A Pre-Proposal Conference will be held on June 5, 2002 at 1:30 p.m. in Room 857 at the General Services Administration located in The Wanamaker Building, 100 Penn Square East, Philadelphia, PA. To insure that you receive all information regarding this solicitation, please register to receive updates at www.fedbizopps.gov, follow the procedures for notification registration.
 
Place of Performance
Address: GSA, Regional Office Building,, 801 Market Street,, Philadelphia, PA
Zip Code: 19106
Country: USA
 
Record
SN00071242-W 20020505/020503213402 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.