SOURCES SOUGHT
J -- GSA O&M Services Providence RI
- Notice Date
- 8/4/2011
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Real Estate Aquisition Division (1PR), 10 Causeway St., Boston, Massachusetts, 02222, United States
- ZIP Code
- 02222
- Solicitation Number
- O-MApr2012
- Archive Date
- 8/25/2011
- Point of Contact
- Frank Pfeiffer, Phone: (401) 528-5130
- E-Mail Address
-
frank.pfeiffer@gsa.gov
(frank.pfeiffer@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. The General Services Administration (GSA), New England Region, South Service Center, is conducting market research to determine if any SDVOSB, HUBZone or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. The required services will be primarily located within the property lines in a Federal Building and U.S. Courthouse located in Providence, RI. The intended firm fixed price contract is for a term of one base year with four, one year options. The Contractor will be required to provide management, operations and maintenance, custodial and related services, labor, materials, equipment, and supplies, and shall be responsible for the efficient, effective, economical, and satisfactory operations, maintenance, and repair of equipment and systems located within the property line of the buildings, to include but not limited to the following: Building Statistics and Location: Building Name: U. S. Courthouse Building Address: 1 Exchange Terrace, Providence, RI Building Height: 5 Stories Gross Square Feet: 142,899 Building Name: John O. Pastore Federal Building Building Address: 2 Exchange Terrace, Providence, RI Building Height: 3 stories Gross Square Feet: 117, 085 All personnel engaged in the work to be accomplished under this contract must possess at least 5 years of recent (within the past 7 years) experience in the operation and maintenance of equipment and systems. Personnel must be properly licensed and certified to work on building systems or equipment for which licensed and or certified personnel are required by Federal, state, and local law, codes, or ordinances. Janitorial services will require a high standard level of effort. Contractor personnel must also be compliant with Homeland Security Presidential Directive (HSPD)-12. The Directive requires all Federal governmental departments and agencies to conduct background investigations and adjudicate the results (HSPD-12 compliant suitability determinations) for all contract employees requiring routine unescorted access to Federally-controlled facilities and/or information systems for more than 6 months before identification cards will be issued. Services will include but not be limited to the following: •1. Custodial services (Interior/Exterior) •2. Snow Removal •3. Grounds Maintenance •4. Solid waste removal •5. Recycling •6. Integrated Pest Management Services •7. Air-conditioning equipment and systems. •8. Air-handling/distribution equipment and systems •9. Electrical systems and equipment, lighting and switchgear systems •10. Energy management control systems (EMCS) where applicable •11. Heating, ventilation, and air conditioning (HVAC) systems and equipment. •12. Plumbing and domestic water equipment and systems to include domestic water fountains and coolers, decorative ponds, and small circulating water pumps less than one (1) horsepower. •13. Sanitary sewage equipment and systems •14. Storm drainage equipment and systems. •15. Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventers, water storage tanks, fire extinguishers, etc. •16. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) •17. All control systems that are within the scope of this contract including the Building Automation System (BAS). •18. Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) •19. Fire doors and windows (including hinges, closers and latching hardware) •20. Non agency security system (locks, gates/arms, hydraulic bollards, keypads, card readers, cameras, magnetic locks, etc...) and its components •21. Architectural and structural systems, fixtures, and equipment within the site (to the property line). This will be a performance based service contract utilizing commercial item procedures for janitorial, heating, ventilation, and air conditioning maintenance service and repairs. The anticipated award will be a base year contract with four one-year options. All qualified Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in April 2012. The appropriate NAICS Code is 561210 Facilities Support Services with a size standard of $35.5 million dollars. FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and be strictly enforced. It is requested that interested parties submit a brief capabilities package. The package shall address, at a minimum, the following: •(1) Examples of projects worked within the last five years of similar size, scope, complexity and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact. •(2) A narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. •(3) Company profile, to include number of employees, annual receipts, office location(s), and DUNS number. •(4) Evidence to establish your company's standing as a SDVOSB, HUBZone or 8(a) small business concern under NAICS 561210. •(5) A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the General Services Administration in tailoring its requirements to be consistent with industry standards. Responses to this Sources Sought Notice shall be mailed to the following address: General Services Administration, Acquisition Branch (1PSA), Attn: Frank Pfeiffer, 380 Westminster Street, Suite 622, Providence, RI 02903-3246. Responses must be received no later than 11:00 AM EST on 10 August 2011. Electronic submissions will not be accepted. Questions regarding this notice may be addressed to Frank.Pfeiffer@gsa.gov. Fai lure to submit all information requested will result in a contractor not being considered as an interested small business concern.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PLRI/O-MApr2012/listing.html)
- Place of Performance
- Address: Providence, Rhode Island, United States
- Record
- SN02522680-W 20110806/110804235758-8c9f3e85a3e2a1ed1f20bce9f4ccb55b (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 |