Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOURCES SOUGHT

J -- Mechanical Maintenance Services

Notice Date
9/16/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Manhattan Acquisition Unit (2POA-M), 26 Federal Plaza, Room 16-124, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
399448
 
Archive Date
9/30/2009
 
Point of Contact
Joyce Taylor, Phone: 212-264-3581
 
E-Mail Address
joyce.taylor@gsa.gov
(joyce.taylor@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a sources sought notice; it is a market survey for informational purposes only. This is not a solicitation for proposals and no contract will be awarded as a result of this notice. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this notice is to gain knowledge of potentially qualified sources. Please do not request a copy of a solicitation, as one does not exist. The U.S. General Services Administration’s (GSA), Northeast and Caribbean Region (NYC Office) is seeking, for preliminary planning purposes only, qualified and experienced sources that have the capability to provide Performance Based Mechanical Maintenance Services and Fire Safety Director Services. The required services will be primarily located within the property line in a Federal Building and U.S. Courthouse in New York City. The intended firm fixed price contract is for a term of one-year with four, one-year options. Building Statistics: Seven (7) Stories Freight/Passenger Elevators (2) Passenger Elevators (6) Occupiable Area 241,256 Square Feet Gross Area – 517,939 Square Feet ADP – 1,724 Square Feet Handicap Elevator (1) Garage & Ramps 7,696 Square Feet Dumbwaiter (1) Stairways/Flights (52) Corridors – 24,421 Square Feet Toilets & Fixtures (155) Venetian Blinds (119) Windows (Exterior) 2,088 Courts, Chambers & Jury Rooms 7,822 Square Feet Main Lobbies & Entrances (3) 8552 Square Feet Library Space & General Office 44,919 Square Feet Services include but are not limited to all management, supervision, labor, material, supplies, repair parts, tools, equipment, and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified in this contract. The contractor shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems. The Contractor is responsible for performing scheduled and unscheduled maintenance and repairs as necessary, on a 24 hour a day, 365 day a year basis, including emergency call-back services, Miscellaneous services, maintenance repair, and minor architectural and structural repairs. The Contractor shall participate in any emergency response in the building on behalf of or in support of GSA, building tenant agencies; the Federal Protective Service and/or GSA authorized contractors (such as elevator maintenance contractor, janitorial contractors, construction/telecommunications contractors, etc according to the conditions and procedures outlined. All mechanical, lighting, electrical, water distribution, utility systems and fire alarm systems equipment, including the AFA DRY AND WET, MAIN AND JOCKEY FIRE PUMP(S) FIRE SUPPRESSION SPRINKLER SYSTEM(S) COMPLETE WITH ALL ALARMS, TRANSMITTERS, AND ALL APPURTENANCES in the building shall be operated and maintained at the highest level of efficiency/energy conservation without impacting personal comfort, and maintained at an acceptable level, throughout the performance period. An "acceptable level" of maintenance is defined as the level of maintenance (consistent with manufacturer's recommended frequencies, National codes, ASME and ANSI and industry practice) which will preserve the equipment in unimpaired operating condition; i.e., above the point at which deterioration will begin. Monitoring of the fire alarm system and all associated equipment by an independent monitoring company will be the responsibility of the contractor. All costs associated independent monitoring will be the responsibility of the mechanical contractor. Scheduled preventive maintenance (PM) shall be performed, at a minimum, in accordance with the equipment manufacturer’s recommendations, industry standards, or the best trade practices of the industry. Equipment under warranty shall be maintained in accordance with manufacturer's warranty instructions and any special conditions. This work shall be performed by qualified, certified and licensed personnel, as required, who are fully knowledgeable in inspecting, testing and maintaining the building's high and low voltage electrical power distribution systems. The Government intends to set aside the procurement to small business 8(a) concerns at fair market prices (Concerns whose average annual revenue does not exceed $35.5 million under NAICS 561210). 8(a) concerns are strongly urged to respond. (See FAR 19.805-2 for eligibility requirements). Submit compatible qualifications NO LATER THAN WEDNESDAY, SEPTEMBER 23 2009, to: Joyce Taylor, Contract Specialist, General Services Administration, Federal Service Center (2PSAM), 26 Federal Plaza, Room 3132, New York, NY 10278. If you have any questions, please e-mail to: joyce.taylor@gsa.gov The Government is seeking interested firms to furnish the following information: 1) Company name, address, point of contact, telephone number, and e-mail address; 2) Business size under the North American Industry Classification System (NAICS) 561210 (if 8(a), provide proof of certification, etc); 3) Under which NAICS does your company usually provide the services identified above? 4) Which of the following would you see as your role in the performance of a potential requirement of this nature? A) Prime Contractor, b) Subcontractor, or c) Other (please describe); 6) Provide no more than three references from no more than three of the most recent and relevant contracts performed within the last three years. Include names, addresses, telephone numbers and e-mail addresses of references. Also, provide a brief description of the work performed, and the period of performance. Information on contracts must be the same to the nature of this subject requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCF2/399448/listing.html)
 
Place of Performance
Address: Alexander Hamilton, U.S. Custom House, One Bowling Green, New York, New York, 10004, United States
Zip Code: 10004
 
Record
SN01957821-W 20090918/090917001411-7930739e2c330993f1cefee045648c5a (fbodaily.com)
 
Source
FedBizOpps 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.