Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOURCES SOUGHT

R -- Building Managers

Notice Date
12/3/2019 12:31:03 PM
 
Notice Type
Sources Sought
 
NAICS
531312 — Nonresidential Property Managers
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
0011351703
 
Response Due
12/10/2019 3:00:00 AM
 
Archive Date
12/25/2019
 
Point of Contact
Ophelia M. Brown, Phone: 7067911803, Trina Wadley, Phone: 7067911813
 
E-Mail Address
ophelia.m.brown.civ@mail.mil, trina.k.wadley.civ@mail.mil
(ophelia.m.brown.civ@mail.mil, trina.k.wadley.civ@mail.mil)
 
Description
MICC Fort Gordon 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 the requirement for a Building Manager. The intent is to procure a Building Manager on a competitive basis.DISCLAIMER“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.”BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.REQUIRED CAPABILITIES:The contractor shall provide all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform facility and space allocation move management support as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract.Requirement is for three (3) Building Manager contractors within the G4 at the Cyber Center of Excellence (CoE). The mission of the contractors are to assist developing plans related to facilities planning, space utilization and management, safety and accessibility requirements, relocation, and asset management. The contractor shall coordinate day-to-day building management operations including initiation of facilities engineering work requests and service orders on TRADOC facilities. Responsible for ensuring that facility janitorial/custodian and grounds maintenance service are performed. Assists as the Cyber COE fire marshal, safety officer, space manager, and grounds custodian. Maintains proficiency, attends training, and provides advice on appropriate/relevant actions to be taken on facility and space management, environmental issues, occupational health and safety act, energy conservation and national fire protection association standards to ensure conformity with applicable regulations, official policies procedures. Assists in preparation of policy/SOPs/briefings on TRADOC outside Training Area (OTA) and main campus facilities. Updates/occasionally briefs same to the Cyber COE G4 and Deputy COE G4 on the status of projects, programs, standards, and other relevant issues on duties contained herein conducting continuing surveillance of facilities to ensure conformity with regulations, official policies, and established procedures. Inspects facilities, reviews reports, and advises personnel concerned. Must be on call at all times to research and develop answers to questions which may arise in area of responsibility. Utilizes spreadsheets and word processing to calculate, compile and prepare data for reporting. Assures administrative reports are ready for final review and submission with designated move planners in order to optimize space utilization and meet customer needs. They will assist with space allocation and move management, surveys, schedules, estimates, reviews, reports, and changes. Responsible for the development, coordination, and submission of periodic reports and DA Form 4283 facilities engineering work requests for repairs and upgrade to TRADOC facilities.The contractor is responsible for conducting business, between the hours of 0730 until 1600 hours Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings.If your organization has the potential capacity to fulfill this requirement, please provide the following information: 1) Organization name, address, email 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. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.ELIGIBILITYThe applicable NAICS code for this requirement is 531312 (Nonresidential Property Managers) with a Small Business Size Standard of $7.5 MIL. The Product Service Code is R799 (Support - Management: Other). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT):Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 6 am, EST on 10 December 2019. All responses under this Sources Sought Notice must be e-mailed to ophelia.m.brown.civ@mail.mil.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.This documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirement?2.) Can or has your company managed a task of this nature? If so, please provide details.3.) What specific technical skills does your company possess which ensure capability to perform the tasks?4.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.6.) Include in your response your ability to meet the Building Managers requirements.The estimated period of performance consists of base year plus 3 options, with performance commencing in February 2020. Specifics regarding the number of option periods will be provided in the solicitation.TYPE OF CONTRACT:Anticipated to be Firm Fixed Price.PLACE OF PERFORMANCE:Fort Gordon, GA. Contractors may be required to travel.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d472a3306a94bdaac5ee7f95058cad0/view)
 
Place of Performance
Address: 91224, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN05507995-F 20191205/191204050244 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.