Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2013 FBO #4369
SOURCES SOUGHT

R -- Professional Support Services

Notice Date
11/8/2013
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (4PQ), 77 Forsyth Street, Suite T8, Atlanta, Georgia, 30303, United States
 
ZIP Code
30303
 
Solicitation Number
R4PQSA-001410
 
Archive Date
12/14/2013
 
Point of Contact
Michael P. Williams, Phone: 4042158754
 
E-Mail Address
michael.p.williams@gsa.gov
(michael.p.williams@gsa.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Solicitation Number: R4PQSA-001410 Notice Type: Sources Sought Synopsis: Single Award Indefinite-Delivery/Indefinite-Quantity Professional Support Services SOURCES SOUGHT SYNOPSIS for Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) ONLY: This is a request for information/market research to provide data for planning purposes ONLY. This sources sought synopsis DOES NOT constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government is not obligated to and WILL NOT pay for information received as a result of this announcement. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various HUB-Zone and SDVOSB members of the Small Business Community to compete for and perform Indefinite Delivery Indefinite Quantity (IDIQ) firm fixed-price contract at various location throughout Region 4 to include: Atlanta GA, Charlotte N.C., Columbia S.C., Ft. Lauderdale FL, Tampa FL, Louisville KY, Mobile AL, Montgomery AL, and Nashville TN. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code (541990) should not submit a response to this notice. A determination by the Government not to compete this requirement as a set-aside based upon responses to this Notice and other Market Research is solely within the discretion of the Government. The Small Business size standard for NAICS code 541990 is $14 million dollars in average annual receipts over the past three years. This Sources Sought encourages maximum participation of interested Historically Underutilized Business Zones (HUB-Zone) and Service-Disabled Veteran-Owned Small Business (SDVOSB) Small Business companies. Prior Government contract work is not required for submitting a response under this sources sought synopsis. General Services Administration (GSA) Public Building Services (PBS), Region 4, is seeking potential small business HUB-Zone and SDVOSB sources capable of providing Construction Management services, Building Management Services, Acquisition / Contract Specialist Support, Budget Analyst Support and Executive Assistance Management Support. 1. Construction Management : The scope of services includes renovations, preparation of contract documents sealed by registered professions for design-build purposes within their areas of expertise and the construction thereof; general construction services including wall partition construction, modification and alteration of floor and wall mounted telephones, signal, and power outlets to be included in the modification of associated conduit, surface mounted raceway, and various under floor duct systems; installation of new and the alteration of existing power panels; carpet and carpet tile installation; painting; HVAC duct work modification and repair; door, door frame, and door set hardware installation; installation of various wall coverings and draperies; communications cabling; grid ceiling and lighting installation and modification; modification of existing building fire sprinkler systems; and other such related work which would be outlined in task order and job drawings. Provide design and/or construction related to architectural; structural, civil geotechnical, mechanical, and electrical engineering; hazardous material identification, abatement and monitoring; landscape architecture; elevator, and security planning/design; interior design; life safety/fire-protection; historic preservation requirements; and the checking of shop drawings/materials. The services required for design (in whole or part) is for renovation/alteration projects with design-build requirements. 2. Building Management Support: Responsible for improving customer satisfaction with building services maintaining and preserving the real property assets, maintaining or lowering operational costs and ensuring the provision of quality facility related services. Coordinates all on-site building operations, maintenance, alterations, cleaning, recycling, concessions, safety, environmental, and security activities. Point of contact with customer agency personnel in designated GSA owned or leased buildings. Receives written or oral customer requests for service, complaints, and other issues and coordinates appropriate action or resolution. (Custodial or maintenance service calls, security, coordination of emergency responses, reimbursable activities, contractor coordination and scheduling, conference facilities, concessions and parking). Investigates, determines, and coordinates the need for repairs or enhancement projects in Federal or leased buildings. Analyzes and monitors impact on building systems and equipment to determine facility capability in meeting customer needs. Prepares, reviews and/or considers lifecycle condition analysis and similar assessments and from those findings, integrates and quantifies requirements into a scope of work for the project. Prepares specifications for, estimates and monitors repairs by contractors to all items of operating equipment and utilities including electrical systems, water supply and sewage systems in addition to repairs necessitated by damage to buildings due to fire, storms, vandalism, etc. 3. Acquisition / Contract Specialist Support: Prepare solicitation documents, incorporating specialized provisions, such as cost accounting standards, requirements for technical proposals with appropriate weighting factors, cost escalation factors, socioeconomic programs, etc. Performs cost and/or price proposal analyses; reviews cost breakdowns, direct and indirect costs; Identifies costs which are allowable and allocable, and reasonable and makes recommendations to the Contracting Officer for reasonableness. Prepares contract modifications and change orders and assist the Contracting Officer to prepare the agency position on protests and disputes from contractors. Monitor contractor's performance through phone conversations, correspondence, reports, vouchers and visits. Provide acquisition services to include at minimal, cost and price analysis, development of government estimates, SOW development, acquisition and contract management, contract closeout and supply logistics services. Prepares settlement agreements for claims and terminations and assist the Contracting Officer to physically and financially close out contracts. 4. Budget Analyst Support: Research and analyze a complex and large variety of technical data, and obtain information from various sources, plus utilizes past historical trends to prepare reports for the tracking and balance projections. Prepare proper cost allocations among the various funds and programs. Track and maintain PDNs and supporting documentation in the Region's central file. Submit timely and accurate electronic submission of Receiving Reports to Finance for goods and services received in compliance with GSA Prompt Pay Act. Reviews financial queries and ad hocs in Financial Management Information System (FMIS) Database to ensure the accurate reporting of financial data. Informs the supervisor, as needed, on status of funds; alerts the supervisor when additional money is projected as being needed or when excess funds should be declared as surplus; prepares supporting documentation to be sent through appropriate channels. Ensures for each budget activity a system of pre-validation and reconciliation exists. Prepares pre-validation and reconciliation for each budget activity. Assist in the coordination of several budget accounts. 5. Executive Assistance Management Support : Meets with Senior Leadership to maintain a constant awareness of priorities and goals for major Agency projects and scheduling purposes. Independently formulates general policies and plans, and/or formulates new or revised regulations and procedures to meet current or changing conditions. Coordinates their formulation with advisory, administrative, and technical staff members to ascertain and evaluate needs, opinions, and anticipated effect thereof where considered appropriate. Serves in an executive staff capacity to integrate and direct the application of general policies in the Region rendering decisions and issuing instructions as pertinent. Reviews and evaluates applied policies for effectiveness and recommends changes, as required. Receives and reviews directives from higher authority, determines necessary action and refers to appropriate staff element. On matters of a major policy nature, recommends to the Regional Commissioner actions to be taken and prepares implementing instructions. Coordinates and review the more important outgoing correspondence and reports to determine adequacy and conformance with overall policies. Generates focus topics for speaking engagements, prepares materials related to engagements and/or presentations, and informs the Regional Commissioner on the particulars of the topics that are being addressed. The Government anticipates single award Indefinite Delivery Indefinite Quantity (IDIQ) contracts with Firm Fixed Prices for a base one (1) year period of performance and four (4) one-year option periods, for a total contract performance period of sixty (60) months, if the option periods are exercised. The primary l ocations of performance are within the States of, Alabama, Florida, Georgia, Kentucky, North Carolina, South Carolina and Tennessee. If qualified and interested, per the definition above, please submit a letter (maximum of 5 pages) via email or mail stating the following: 1) Name of your company, address, point of contact with phone number, e-mail address and fax number. 2) Your company's interest in submitting a proposal once solicitation is issued. 3) Business size for the assigned NAICS code. In addition to the size of your small business as HUB -Zone and SDVOSB, indicate any other socioeconomic designations such as 8(a), Small Disadvantage Business, Small Women-Owned Business, etc. 4) Company's capability to perform a contract of this magnitude and complexity by including a brief description of at least (3) project, customer names and phone numbers, timeliness of performance, and dollar values of the projects. Each response shall be reviewed by the Government for the purpose of determining whether there exists a reasonable expectation of obtaining a sufficient number of offers from responsible HUB-Zone and SDVOSB small businesses that are competitive in terms of market prices, quality, and delivery. All information furnished to the Government in response to this notice will be used for review purposes only. Responses must be submitted to this office in writing, by email or regular mail by 4:00 PM EST on November 29, 2013. Submit response and information via email to: Michael.p.williams@gsa.gov Electronic mail responses are preferred. Facsimile responses will NOT be accepted. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Prime contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database at www.sam.gov. Contracting Office Address: Attn: Acquisition 4PQSA / Michael P. Williams Martin Luther King Jr, Federal Building 77 Forsyth Street SW Atlanta, GA 30303 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/4PCA/R4PQSA-001410/listing.html)
 
Place of Performance
Address: Martin Luther King Jr, Federal Building, Atlanta, Georgia, 30303, United States
Zip Code: 30303
 
Record
SN03231356-W 20131110/131108233819-c779fb3d309258cb44043752b9bfdeb1 (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.