Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2016 FBO #5311
MODIFICATION

J -- Operations and Maintenance Services, Williams Coast Guard Building, Boston, MA

Notice Date
6/6/2016
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Boston Service Center Branch (1PSM), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
EQ1PSA-15-5036
 
Archive Date
6/25/2016
 
Point of Contact
Simeon A Berry, Phone: 617-565-8618, John Sarnoski, Phone: 617-565-8615
 
E-Mail Address
simeon.berry@gsa.gov, John.Sarnoski@gsa.gov
(simeon.berry@gsa.gov, John.Sarnoski@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE RESPOND BY 2:00 PM EST ON JUNE 10TH, 2016 NEGATIVE RESPONSES ARE ALSO REQUESTED This sources sought notice is market research to determine if a potential future procurement should be set aside under one of the following socioeconomic programs: 8(a), HUBZone, Service-Disabled, Veteran-Owned Small Business (SDVOSB), Woman-Owned Small Business (WOSB). Region 1 of the U.S. General Services Administration (GSA), Public Buildings Service (PBS) is currently seeking qualified firms who would be interested in submitting proposals for this future procurement. The following is a synopsis of the requirement: GSA PBS Region 1 may require an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Operations and Maintenance Services at the Capt. John F. Williams Coast Guard Building (MA0011ZZ), 408 Atlantic Avenue, Boston, Massachusetts, 02110. The contract will be for one (1) base year and four (4) option years. The successful contractor would be required to provide management, supervision, labor, materials, equipment, and supplies for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the Capt. John F. Williams Coast Guard Building (MA0011ZZ) (134,684 Rentable Square Feet), to include the following: 1. Electrical systems and equipment. 2. Mechanical, plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. 3. Fire protection and life safety systems and equipment. 4. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, and Computerized Lighting Systems that are within the scope of this Contract (BAS, and Computerized Lighting Systems software maintenance is excluded). 5. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6. Service request desk operations to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions. 7. Mechanical equipment for window washing (wall glider, tracks, davits, pedestals and associated equipment). 8. Locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems. 9. Dock levelers and roll-up and sliding garage doors. 10. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 11. The Contractor shall complete roofing system investigations and repairs. 12. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. 13. The Contractor shall maintain kitchen/concessions area drains if applicable. 14. The Contractor shall maintain conveying equipment, parking control equipment, and loading dock equipment. The successful contractor would NOT be required to service the following: 1. Security systems (does not include mechanical components of the door, closers, keepers, hinges, etc.). 2. Telecommunication systems. 3. Equipment owned and operated by tenant agencies. 4. Furnishings (not installed as fixtures). 5. Paper, soap, and hand-sanitizer dispensing equipment in restrooms. 6. Kitchen appliances and equipment (but ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment are included in the scope). 7. Equipment owned by servicing public utilities. 8. Fitness center equipment. 9. Lawn sprinklers. 10. Additional services as needed by various agencies 11. Elevator systems. The NAICS code for this requirement will be 238220. The small business size standard is a three-year average annual gross receipt of $15 million. GSA expects to make one (1) award under this single solicitation. FAR Clause 52.219-14, Limitations on Subcontracting, will likely apply to this contract and will be strictly enforced if so. If you are interested in this potential procurement, please respond to the below questions (via email or mail) by the date and time mentioned above. Your response will allow the GSA to adequately determine if this procurement should be set-aside under a particular socio-economic program. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. 1. Please provide evidence to establish your company's standing as an 8(a), HUBZone, SDVOSB, or WOSB small business concern under NAICS 238220. 2. Please identify past experience to demonstrate that your firm has the resources and is qualified to perform the type of work envisioned under this contract. Please include owner or prime contractor points of contact, emails, and telephone numbers for all examples of past experience. 3. Please provide 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. In addition, please provide a resume for the individual(s) who would most likely be assigned as the Project Manager for this contract. 4. Please provide a positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. Should you have any questions with regard to the above, please feel free to contact me (preferably by email, at Simeon.Berry@gsa.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/EQ1PSA-15-5036/listing.html)
 
Place of Performance
Address: 408 Atlantic Avenue, Boston, Massachusetts, 02110, United States
Zip Code: 02110
 
Record
SN04140041-W 20160608/160606234908-58b359cfd2803b35f6d46cef4be28c2a (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.