Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
SOURCES SOUGHT

Z -- Facility Maintenance Services of Hospital Facilities

Notice Date
1/9/2015
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Federal Acquisition Service, Region 8 (8Q), Denver Federal Center, Building 41, Room 145, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
ID08150003
 
Archive Date
2/7/2015
 
Point of Contact
Adina Torberntsson, Phone: 3032362677, Ben Brack,
 
E-Mail Address
adina.torberntsson@gsa.gov, benjamin.brack@gsa.gov
(adina.torberntsson@gsa.gov, benjamin.brack@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Introduction GSA is considering a new Facility Maintenance Service Contract to support the Air Force Medical Support Agency (AFMSA). This RFI is being submitted for responses from small businesses only in order to assess the market. The Government does not intend to award a contract on the basis of this Request for Information (RFI). The purpose of this RFI is to gather data and current market place information from industry, including small business firms. The information obtained from this RFI will be used to assist in developing the most suitable acquisition strategy. Furthermore, interested parties will not be reimbursed for any costs related to providing information in response to this RFI. The facility maintenance services would be in support of the Air Force Medical Treatment Facilities located both within the United States, as well as abroad. The proposed North American Industry Classification System (NAICS) code for these services is 561210 – Facility Support Services. An important outcome of this market research will be determining the possibility of setting this acquisition aside for exclusive completion within a specific Small Business Administration (SBA) program in accordance with FAR 19.201(a). Small Business Administration programs include: Woman Owned Small Business, HubZone Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, and Small Disadvantaged Business. This RFI is meant to achieve the following goals: 1. To survey the market place to determine what type of firms in the above mentioned socioeconomic categories have the capability to do this work. A. General Description of Services Requested The services that may be included as facility maintenance services, but not necessarily limited to, may be the following: 1. Elevator inspection and preventative maintenance 2. Fire alarm preventative maintenance 3. Fire suppression system preventative maintenance 4. Roofing repair 5. Plumbing and pipefitting 6. Electrical power distribution equipment generators 7. Switchboards and transformers 8. Water purification systems 9. Sewage treatment systems 10. Industrial and commercial electric and gas heaters 11. HVAC and boiler systems 12. Indoor lighting 13. All mechanical and operations maintenance 14. Maintenance of facilities and renewable energy systems 15. Hospital janitorial services to include the disposal of medical waste B. Responses from Industry Responses and input from interested parties is requested. In responding to this RFI please provide the following: 1. Responses to the following questions limiting your total response up to 10 pages (8.5”x11”, Times New Roman font, size 12). C. Questions for Industry 1. What is your company name, address, point of contact, telephone number, email address, and DUNS number? 2. Using NAICS 561210 as the basis of your response, does your company qualify as any of the following: Woman Owned Small Business, HubZone Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, and Small Disadvantaged Business? 3. How many years of experience does your company have with facility maintenance services of hospitals? How many years’ experience does your company have working at hospitals located within military installations? 4. What specific type of experience do you have maintaining medical treatment facilities? Do you have experience specific to maintaining military medical hospitals, military veterinary clinics, and military small medical clinics? How many square feet were the hospitals or clinics that you maintained? 5. What experience do you have working with hospital regulations? 6. Can your company provide facility maintenance services for the list of hospitals systems listed above (i.e. electrical, plumbing, fire suppression, elevators, janitorial, etc.)? Please list specifically which hospital maintenance services you have provided of the above mentioned list. 7. Does your company have the capability to maintain a hospital facility that may be 463,109 square feet in size? If yes, please provide the contract point of contact (Contracting Officer or Contracting Officer Representative) and their contract information as well as the contract number. 8. Does your company have the ability to perform these services within the Continental United States, outside the Continental United States (Alaska and Hawaii), as well as abroad? Please provide your past experience supporting hospitals both within the United States as well as in foreign countries. 9. How many sites would your company have capacity to provide medical treatment facility services to? Please answer 1-2, 2-3, 3-4, or 5-6? 10. The purpose of the RFI is to elicit data and current market place information from companies identified as small business: a.) Does your company have the ability to provide these services as a prime contractor? If yes, what percentage of the work would be subcontracted out? b.) Briefly describe any teaming arrangements you may have been involved in that may be relevant to the scope of services in this RFI. How were responsibilities distributed amongst them, and how was the team held accountable? 11. What is the highest dollar value award for medical treatment facility maintenance services that you have been awarded? Please provide the contract number and point of contact for the contract. Responses Requested Your response must be provided no later than 4 PM MDT January 23, 2015. Response packages should be sent by email to the following inbox: benjamin.brack@gsa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bdf0c6a068ee3cf923b1b10fa513db7)
 
Place of Performance
Address: Multiple locations both within the United States as well as abroad, United States
 
Record
SN03612912-W 20150111/150109234447-3bdf0c6a068ee3cf923b1b10fa513db7 (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.