Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2015 FBO #4793
SOURCES SOUGHT

Z -- Building Operations & Maintenance Services

Notice Date
1/6/2015
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Michigan Contracting Team (5P2PQDA), Please consult the notice or Solicitation documents for address information, United States
 
ZIP Code
00000
 
Solicitation Number
GS-05P-15-SV-D-0041
 
Archive Date
1/31/2015
 
Point of Contact
Jerrud W. Parker, Phone: 313 317-9618
 
E-Mail Address
jerrud.parker@gsa.gov
(jerrud.parker@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
***This is a request for interested parties only, this is NOT a request for proposals*** The General Services Administration is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Building Operations and Maintenance Services at the following locations: •· Theodore Levin U.S. Courthouse in Detroit, Michigan - 10 story building, 3 mezzanine floors (2 partial), Basement level, partial sub-basement and 2 penthouse levels with approximately 772,000 gross interior square feet. •· Federal Building and U.S. Courthouse in Port Huron, Michigan - Three stories plus a basement level, attic and cupola with approximately 44,000 gross interior square feet. •· Rosa Parks Federal Building in Detroit, Michigan- Three stories plus basement and attic with approximately 49,000 gross interior square feet, one garage with approximately 1,300 gross interior square feet and a boiler house with approximately 1,800 gross interior square feet. The requirements include providing all management, supervision, labor, materials, supplies, repair parts, tools and equipment necessary for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems. This includes but is not limited to: electrical systems and equipment; mechanical; plumbing; heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment; fire protection and life safety systems and equipment (the inspection, testing, and maintenance of all fire protection systems); Building Automation Systems (BAS); public address systems; computerized lighting systems; architectural and structural systems, fixtures, and equipment; service request desk operations using a computerized maintenance management system (CMMS) if available or by other means as well as other administrative functions; maintenance of landscape irrigation systems and lawn sprinkler; locks; keycard systems; vehicle barrier systems and static and dynamic bollard systems; dock levelers and roll-up and sliding garage doors; storm drainage systems; complete roofing system investigations and repairs; U.S. flag pole, lighting and pulley system; kitchen/concessions area drains; conveying equipment; parking control equipment, and loading dock equipment. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 238220. The contract will be awarded around April 15, 2015 with a performance start date on or around July 1, 2015. The government anticipates awarding a one-year base with four one-year option periods. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, e-mail address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by Friday January 16, 2015 at 3:00 pm EST. All responses under this Sources Sought Notice must be emailed to jerrud.parker@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/71dd5f1c4fa22a6ec962d33c9122e86f)
 
Record
SN03609188-W 20150108/150106234244-71dd5f1c4fa22a6ec962d33c9122e86f (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.