Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

Z -- Janitorial Custodial Services, Snow Plowing and Landscaping Services

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
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
NH0033ZZ
 
Point of Contact
Carolyn L. Weekes, Phone: 6175655059, Donna M. Maffeo, Phone: (617) 565-6012
 
E-Mail Address
carolyn.weekes@gsa.gov, donna.maffeo@gsa.gov
(carolyn.weekes@gsa.gov, donna.maffeo@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Market Research for Qualified for Janitorial Custodial Services, Snow Plowing and Landscaping Contractors for the Social Security Administration Office in Littleton, NH MARKET RESEARCH FOR SMALL BUSINESS FIRMS DUE BY 2:00 PM ON July 21, 2016. This Notice is market research only. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. Do not follow this solicitation number for the Request for Proposal. The Request for Proposal will be issued under a different Solicitation Number. The General Services Administration (GSA), New England Region, North Service Center Branch, is conducting market research to determine if any Service Disabled -Veteran Owned, HUBZone, Economically Disadvantaged Woman Owned or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. The GSA, Public Buildings Service, Service Centers Division requires Janitorial Services, snow plowing and landscaping services at the Social Security Administration Office at 177 Main Street in Littleton, NH. The GSA intends to award a single Firm Fixed Price Contract for a base of one year and four option years for a total of five years. The services required may include but should not be interpreted as all inclusive or limited to the following: The NAICS code for this project is 561720 and the size standard is $18 million. Janitorial Services : Services to be provided at this location include a full range of janitorial and custodial services. In addition to janitorial and custodial services identified in the solicitation there are requirements to respond to service calls during and after duty hours. The period of performance is a base period of one year with four one-year options.. Snow Plowing:. Snow plowing shall commence when local accumulation reaches two (2) inches. Snow plowing shall be accomplished by the contractor to maintain safe passage for access into buildings, parking areas, roadways, approaches, vehicular courts, ramps, etc. In the event of icy rain or snow, application of ice melt and sand shall commence to maintain a safe passage on all paved parking lots, driveways, ramps and walkways. Snow Removal. Snow must be removed from the site when the accumulation exceeds that which can be pushed off of the roads, parking areas, ramps and walkways without blocking traffic, parking spaces and pedestrian thoroughfares or impedes the visibility of vehicular operators or pedestrians. Landscaping Services. The Contractor shall provide all labor, equipment, materials, supplies, tools, supervision and oversight to maintain all plants, trees, shrubs, ground cover, and lawns in a manner that prolongs life and sustains a healthy appearance. The Contractor will perform mulching, mowing edging, leaf removal, weed ing, watering. Areas requiring Janitorial custodial related services are as follows: Approximately 4500SF of rentable sf of cleaning Areas requiring snow and ice removal are as follows: Parking areas 5,495 square feet Sidewalks (including entrances) 1,210 square feet Entrance Steps 100 square feet Areas for Landscaping are as follows: Outside Grounds Policing 22,255 square feet Trees & shrubs 20 each Turf & Soil Area 15,550 square feet Location is important because of mobilization of resources in a timely fashion will be critical in the execution of this requirement because there is a time requirement that the contractor must begin snow removal once snow levels reach 2 inches. Though a firm may subcontract the services, it will be required to meet the limitations in subcontracting of no more than 50% as specified in the Federal Acquisition Regulation (FAR) clause 52.219-14. Limitations on Subcontracting. Please provide a Statement of Capabilities in writing by 2:00 p.m. on July 20, 2016 via email to the both the Contract Specialist and the Contracting Officer specified in this notice below. Responses are limited to 20 pages with the exception of performance reviews. Failure to submit all information requested will result in a contractor not being considered as an interested concern. The package shall address the following: •1. Please provide a detailed narrative demonstrating your capabilities and experience in these types of services sought by this Notice. Information shall include at least three (3) similar contracts substantially completed within the past five (5) years. A similar contract is defined as one that is comparable in magnitude, scope, complexity and duration to the requirements as defined by this Notice. Please demonstrate that your firm has the personnel and equipment necessary to perform these types of services in-house and that you be able to meet the requirement FAR 52.219-14, Limitations on Subcontracting. •2. For each of the three (3) contracts identified above, please provide Past Performance Evaluations completed through the Past Performance Information Retrieval System (PPIRS) or a similar Government evaluation system. If no formalized evaluation exists for a particular contract, please provide a point of contact to include name, title, and telephone number and email address. •3. If you are responding to this Notice from outside the geographic area of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government and that you would be able to respond in a timely fashion to meet the requirement. AGAIN, THIS IS NOT A SOLICITATION or REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential snow plowing and removal contractors. The government will not reimburse responders for the cost of the submittals. Statements of Capabilities should be sent to Carolyn Weekes and Donna Maffeo at General Services Administration, Public Buildings Service, T. P. O'Neill
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PMPODM/NH0033ZZ/listing.html)
 
Place of Performance
Address: 177 Main Street, Littleton, Littleton, New Hampshire, 03246-2772, United States
Zip Code: 03246-2772
 
Record
SN04186916-W 20160720/160718235136-3d114990164bc7371d49b731149bf519 (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.