SOURCES SOUGHT
63 -- Las Cruces Courthouse BAS Repair
- Notice Date
- 7/19/2018
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), R7 Acquisition Management 7PQB Services (47PH02), 819 Taylor St. Room 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- LCCHBASRepair
- Archive Date
- 8/9/2018
- Point of Contact
- Amy R. Powell, Phone: 8178505545
- E-Mail Address
-
amy.powell@gsa.gov
(amy.powell@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The General Services Administration, Public Building Services, is issuing this sources sought as a means of conducting market research to identify parties having an interest in and the resources to support and provide management, supervision, labor, materials, equipment, and supplies necessary to provide Building Automation System (BAS) Repair at the following location in Las Cruces, New Mexico: Las Cruces Courthouse, 100 Church Street, Las Cruces, New Mexico This sources sought notice is solely for informational/planning and market research purposes in accordance with Federal Acquisition Regulation Part 10. This sources sought is seeking interest from ALL SMALL BUSINESS concerns capable and interested in providing BAS repair. The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 238210 with an associated small business size standard of $15 million. The result of this market research will contribute to determining the method of procurement, including type of small business set-aside. NO LARGE BUSINESS need to respond to this notice. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the BAS repair. The objective is to repair failed sequence of operations and point integrity between the unitary and Niagara supervisory control layers. Restore system operational reliability to the integrated system. Technicians must have the following certifications: Niagara AX/Niagara 4, KMC 5900 Series Conquest BACnet and Siemens PXC. Technicians shall have an existing and current HSPD-12 Tier 2 Security Clearance, GSA network Access, and GSA Niagara Framework access and shall have performed work in GSA facilities in the past. 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 associated to this request for capability information. If your organization has the potential capacity to perform these contract services, please provide the following information: 1. A complete and current record of your (System for Award Management) SAM's Registration (formally Central Contractor Registration, CCR) which includes DUNS number, Organization name, address, contact name, email address, web site address, telephone number, type of organization, small business type (if any), etc; 2. A capability statement supporting claims of organizational and staff capability to perform custodial services, law maintenance, ability to provide environmentally-responsible solutions and products, and methodology for supervisor/manager ability to hire/fire personnel, purchase needed supplies, materials, and equipment; and 3. A list of BAS-related services contracts and associated federal customers within the previous 2 years. Include whether the BAS work includes multiple-buildings, multi-story buildings, courthouses, high-security areas, office buildings, judicial offices, and/or landscaping and grounds maintenance. Also include the size facilities (i.e. aggregate square feet). If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. GSA requests that potential sources only submit the minimum information necessary and no more than two (2) pages. The SAM's record does not count toward the 2 page minimum. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. Submission Instructions: Interested parties, excluding large businesses, who consider themselves qualified to perform the above-listed BAS services are invited to submit a response to this Sources Sought Notice by 4:00 PM (CDT) July 25, 2018. All responses under this Sources Sought Notice must be emailed to amy.powell@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1ba836ae47d0a9014cf51ad4a7d3a18a)
- Place of Performance
- Address: 100 Church Street, Las Cruces, New Mexico, 88001, United States
- Zip Code: 88001
- Zip Code: 88001
- Record
- SN04999048-W 20180721/180719231117-1ba836ae47d0a9014cf51ad4a7d3a18a (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 |