Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2011 FBO #3604
SOLICITATION NOTICE

Z -- ELEVATOR MAINTENANCE SERVICES - Solicitation

Notice Date
10/5/2011
 
Notice Type
Presolicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
 
ZIP Code
44114
 
Solicitation Number
GS05P11SLC0002
 
Archive Date
12/15/2011
 
Point of Contact
Bridgette Y. Fed-Jasper, Phone: (312) 353-7670, Philip A. Moore, Phone: 312-886-6935
 
E-Mail Address
bridgette.fed-jasper@gsa.gov, phillip.moore@gsa.gov
(bridgette.fed-jasper@gsa.gov, phillip.moore@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is the Solicitation for the Eelevator Maintenance Project - Columbus, OH GSA has a need for the continuation of Elevator Maintenance Services at the Joseph P. Kinneary USCH, 85 Marconi Blvd., 85 Marconi Blvd, Bricker Federal Building and Bricker Parking Garage, 200 N. Hight Street, Columbus, OH. Project Summary Description: This project is for a for a firm-fixed price contract. The project includes, but it is not limited to, the following: The awardee will be tasked with providing perfromance based elevator maintenance services to ensure the safety of the building elevator operations and to maintain the building assets. The contractor will provide full elevator maintenance service, in compliance with with the ASME Safety Code requirements, the maufacturer's recommendations, the Elevator Industry Field Employees Safety Handbook, National Electrical Code, and all other applicable laws, regulations, rules, ordinances, codes, etc. Full maintenance service is defined as all services, repairs, inspections and testing necessary to maintain all elevators, appurtennaces and accessories in a fully operational mode at all times except for prescheduled downtime including all labor, parts, and materials. The Government is contracting for the complete performance of each task identified in specifications, and it is the objectives of the Government to obtain complete and satisfactory performance in accordance with with the terms ofthe specifications and requirements of the awarded contract. After award is made, the sucessful offeror will be given Notice to Proceed, and shall provide contractual services for a 3 year period commencing on the day specified in the Notice to Proceed. Work under this contractis expected to commence on or about July 1, 2012. The Government shall have the unilateral option of extending the term of this contract for 2 consecutive additional option periods of 1 year each. This procurement is open to all business concerns. Woman owned, Veteran-owned, Service Disabled Veteran owned, HUBZone and Small Disadvantaged business are encouraged to submit an offer. The North American Industry Classification System (NAICS) code is 238290 with a size standard 14 Million. This is a negotiated procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the evaluation factors. The evaluation factors to be used are total evaluated price and past performance. Past performance is significantly more important than price. As proposals become more equal in terms of past performance, the total evaluated price becomes more important. RFP is available now. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedBizOpps, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedBizOpps. No federal materials can be downloaded until you have registered under both sites. You may access FedBizOpps via the following URL https://www.fbo.gov. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's, CCR Point of Contact) Your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number),Your Telephone Number, Your E-Mail Address. A lso, beginning January 1, 2005, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals is posted in the solicitation. All offers and requests must be submitted to General Services Administration, Property Management Service Center, Attn: Bridgette Fed-Jasper (5PSSB1A), 230 South Dearborn Street, Suite 3800, Chicago, ILL 60604.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS05P11SLC0002/listing.html)
 
Place of Performance
Address: Joseph P. Kinneary US Courthouse, 85 Marconi Blvd, John Bricker Federal Building, 200 N. High Street, John Bricker Federal Parking Garage, 200 N. High Street, Columbus, Ohio, 44199, United States
Zip Code: 44199
 
Record
SN02602427-W 20111007/111005234047-d0b9fa957b200b331298d19cd64b0daf (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.