Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
SOURCES SOUGHT

R -- COMMISSIONING AND EXPERT PROFESSIONAL SERVICES

Notice Date
3/9/2005
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Physical Capital Asset Management Division (PGE), 1800 F Street, NW, Room 4302, Washington, DC, 20405
 
ZIP Code
20405
 
Solicitation Number
GS-00P-05-CY-0091A
 
Response Due
3/24/2005
 
Archive Date
4/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The General Services Administration (GSA), Public Buildings Service (PBS) is issuing a public announcement to small business firms who are qualified to participate in a Nationwide Commissioning and Expert Professional Services contract. Interested qualified small businesses should submit their specialized experience in the fields of Engineering Services (NAICS 541330), Architectural Services (NAICS 541310), Construction Management (NAICS 236210) and Management Consulting Services (NAICS 541618). Disciplines: Involved commissioning and expert professional services disciplines may include Architecture, Landscape Architecture, Interior Design, Structural and Geotechnical, Civil, HVAC, Plumbing, Fire Safety, Elevator, Electrical (Power and Lighting), Security, Food Service, Property Management, Construction Management, Value Engineering, and Cost Estimating. The small business firm must be able to provide services for GSA renovation and new construction projects throughout the United States. These services may include: Federal Office Buildings, Federal Courthouses, Border Stations, Laboratories, Warehouses, and other types of real property. The GSA Regions are (1) New England, Boston, MA; (2) Northeast & Caribbean, New York, NY; (3) Mid Atlantic, Philadelphia, PA; (4) Southeast-Sunbelt, Atlanta, GA; (5) Great Lakes, Chicago, IL; (6) The Heartland, Kansas City, MO; (7) Greater Southwest, Fort Worth, TX; (8) Rocky Mountain, Denver, CO; (9) Pacific Rim, San Francisco, CA; (10) Northwest/Arctic, Auburn, WA; (11) National Capital, Washington, DC. The contract period of performance will be for a base year, with 4 one-year options, for a total expected contract duration of 5 years. Small Business (SB) Packages: THIS IS FOR INFORMATIONAL PURPOSES ONLY. The small business package must consist of five separate tabs: TAB I: Cover letter; TAB II: Narrative; TAB III: Company Profile; TAB IV: List of local and nationwide offices within the United States (US); and TAB V: Company Specialized Experience. The tabs must include the following: TAB I (Cover Letter): The cover letter must be on letterhead and include: 1) GSA reference number and title of the project; 2) an introduction of your company; 3) business establishment date; and 4) Point of Contact including name, title, address, telephone number, fax number and email address. TAB II (Narrative): A written narrative of the company's methodology to provide nationwide commissioning and expert professional services to GSA. TAB III (Company Profile): The company profile shall include: 1) small business type and certifications; 2) all company NAICS codes; 3) average annual gross revenues for the past three years; and 4) number of employees. TAB IV (List of Company and Subsidiary Offices): The list of company and subsidiary offices must include the name of the operating firm (prime or subsidiary firm), city, state, and zip code. TAB V (Company Specialized Experience): ONLY PROVIDE EXPERIENCE RELATING TO ENGINEERING, ARCHITECTURAL, CONSTRUCTION MANAGEMENT, AND MANAGEMENT (COMMISSIONING) SERVICES. The format is as follows: 1) Name and Address of Agency/Firm; 2) Type of Service Provided (Engineering, Architectural, Construction Management, Commissioning services); 3) Title of Project; 4) Period of Performance; 5) Indicate if your company was the prime contractor or the subcontractor; and 6) provide in detail the services provided under the project. All packages must be submitted on or before 12:00 p.m. Thursday, March 24, 2005 to Ms. Paris N. Marshall, 18th and F Street, NW, Room 4302, Washington, DC 20405. Email packages are preferred. Faxes are not acceptable. This is not a solicitation for proposals and is for informational purposes only. Proposals are not requested at this time and will not be considered. For more information, please contact Ms. Paris N. Marshall by email at paris.marshall@gsa.gov. (No telephone inquiries please.)
 
Place of Performance
Address: Washington, DC
Zip Code: 20405
Country: US
 
Record
SN00765814-W 20050311/050309212500 (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.