Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOURCES SOUGHT

Z -- Elevator O&M in MA, CT, RI, ME, NH, VT Federal Buildings

Notice Date
12/6/2019 7:29:32 AM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PBS R1 BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0019R0062
 
Response Due
12/12/2019 12:00:00 PM
 
Archive Date
12/27/2019
 
Point of Contact
Huy D. Le, Contract Specialist, Phone: 6175655803, David Mark
 
E-Mail Address
huy.le@gsa.gov, David.mark@gsa.gov
(huy.le@gsa.gov, David.mark@gsa.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE 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.The General Services Administration (GSA), New England Region, Acquisition Management Division, is conducting market research to determine if any Small Business, SDVOSB, HUBZone, WOSB, or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein.The Contractor shall provide all management, supervision, labor, supplies, materials, repair and replacement parts, equipment, and tools required to perform the specified elevator maintenance and repair services effectively and efficiently at the following buildings at least within a single state. The Government is considering a multiple award and therefore it will be informative to understand the sources capable of meeting the Government's requirement geographically, whether it is all three states, or just one of the states. The contractor will be required to perform preventative maintenance, repairs covered under a typical commercial full elevator maintenance contract, service calls, and respond to emergency calls within thirty (30) minutes.The following buildings requiring elevators services are:Massachusetts:Captain John F. Williams Coast Guard, Boston, MAJohn W. McCormack Post Office & Courthouse, Boston, MAJohn F. Kennedy Federal Office Building, Boston, MAO'Neil Federal Office Building, Boston, MAU.S. Courthouse in Springfield, MAHarold Donohue Federal Building & U.S. Courthouse in Worcester, MAP.J. Philbin Federal Building in Fitchburg, MAHastings Keith Federal Building in New Bedford, MAConte Federal Building in Pittsfield, MAConnecticut:Richard Lee U.S. Courthouse in New Haven, CTRobert Giaimo Federal Building in New Haven, CTA.A. Ribicoff Federal Building and U.S. Courthouse in Hartford, CTBrien McMahon Federal Building & U.S. Courthouse in Bridgeport, CTWilliam Cotter Federal Building in Hartford, CTRHODE ISLANDJohn Pastore Federal Building in Providence, RIU.S. Courthouse in Providence, RINew HampshireJames C. Cleveland FB, Concord, NH.Warren B. Rudman U.S. Courthouse, Concord, NHNorris Cotton Federal Building, Manchester, NHThomas J. McIntyre FB, Portsmouth, NHVermontU.S. Post Office & Courthouse, Burlington, VTWinston Prouty FB, Essex Junction, VTFB U.S. Post Office & Courthouse, Montpelier, VTFB U.S. Post Office & Courthouse, St. Albans, VTFB U.S. Post Office & Courthouse, Rutland, VTHighgate Springs, LPOE, Highgate Springs, VTMaineEdward S. Muskie FB, Augusta, MEMC Smith FB, PO & CT, Bangor, MEEdward T. Gignoux US Courthouse, Portland, MEU.S. Custom House, Portland, ME. The anticipated award will be a base year contract with four one-year options.All qualified Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is the acceptable strategy for the procurement. The appropriate NAICS Code is 238290 with a size standard of $15 Million dollars.Reference www.census.gov/naics/ and http://www.sba.gov/contractingopportunities/officials/size/index.html]FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and be strictly enforced.It is requested that interested parties submit a brief capabilities package. The package shall address, at a minimum, the following:(1) Examples of projects worked within the last five (5) years of a similar size, scope, complexity and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact.(2) Company profile, to include number of employees, annual receipts, office location(s), and DUNS number.(3) Evidence to establish your company's standing as a SDVOSB, WOSB, HUBZone, or 8(a) small business concern under applicable NAICS.(4) A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group or if a total small business set-aside.The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this procurement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards.Responses to this Sources Sought Notice shall be e-mailed to Huy Le at huy.le@gsa.gov.Responses must be received no later than 3:00 PM ET, December 12, 2019. Questions regarding this notice may be addressed to huy.le@gsa.gov.Failure to submit all information requested will result in a contractor not being considered as an interested small business concern.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aaaed809363a405098c67f37e77e7559/view)
 
Place of Performance
Address: US Courthouses and Federal Buildings in MA, RI, and CT., USA
Country: USA
 
Record
SN05511420-F 20191208/191206230253 (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.