Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

M -- Flexible Coworking Services

Notice Date
12/12/2019 12:46:13 PM
 
Notice Type
Presolicitation
 
NAICS
531120 — Lessors of Nonresidential Buildings (except Miniwarehouses)
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
GSA
 
Archive Date
01/15/2020
 
Point of Contact
Justin Costello, Joslann M. Igoe
 
E-Mail Address
justin.costello@gsa.gov, joslann.igoe@gsa.gov
(justin.costello@gsa.gov, joslann.igoe@gsa.gov)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
This is a pre-solicitation notice for the Flexible Coworking Services (FCS) Indefinite Delivery Indefinite Quantity (IDIQ). The solicitation will be issued on a full and open competitive basis with a partial small business set-aside(s). All business sizes are encouraged to pursue this opportunity. All responsible sources are highly encouraged to participate. The North American Industry Classification System (NAICS) Code for this procurement is 531120 - Lessors of nonresidential buildings (except miniwarehouses). The small business size standard for this NAICS code is $30,000,000.00.The U.S. General Services Administration’s (GSA) Total Workplace Program is enabling client agencies to focus on their mission by providing temporary effective workspace solutions aligned with their operations. This solution is geographically multi-tiered and flexible with the ability to be tailored in alignment with the business needs of the Federal Government. Working beyond the confines of traditional government offices has become more common. Government employees are now commonly equipped with technological tools to work from anywhere. The freedom provided by technological advancements allows agencies to efficiently and flexibly pursue mission success through the utilization of employee mobility and telework. This shift in capability has resulted in greater flexibility and mission response across the Federal Government. GSA is seeking nationwide Flexible Coworking Services (FCS) solutions that provide federal employees with flexible workspace solutions in order to occupy only the space needed in order to meet their missions and promote a responsible use of taxpayer dollars.FCS is a business services model to provide flexible workspace solutions to the Federal Government. Solutions shall include individuals working independently or co-working collaboratively in shared office space. The contractor shall provide a work environment akin to a typical office, usually inclusive of office equipment and amenities. Typical features of co-working facilities include work spaces, wireless internet, communal printer/copier/fax, shared kitchens, restrooms and open seating areas. This may also be referred to as a “shared office.”Use of any of the flexible workspace types identified in the forthcoming solicitation, shall not create or be construed to create any exclusivity of use by the Government, nor be construed as a grant of any title, lease, easement, lien, or possession. Providing flexible workspace as a service creates no tenancy interest or leasehold estate. Any of the flexible work space types may be terminated by the contractor whenever the contractor decides to do so in good faith.Federally owned and leased space may be available in all cities, GSA will screen all available vacant space in owned and leased space in the location before pursuing space under this contract as is required by regulation 41 CFR 102-73.10. The requirements to be fulfilled by this contract will be short term, flexible arrangements. The services provided under this contract are not an acquisition of space but a service to provide flexible workspace.Firms will need to have the ability to provide space in various cities across all GSA regions.Issuance of this pre-solicitation notice does not warrant that funds are presently available for award of a contract. Award of a contract shall be subject to the availability of appropriated funds, and the Government shall incur no obligation under the solicitation and notice in advance of such time as funds are made available for the contracting officer for the purpose of contract award.The expected base contract will be a Multiple Award IDIQ. All task orders placed against the IDIQ shall be firm-fixed price. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the System for Award Management (SAM) database, and is available for use by all Federal agencies. In order to obtain information from FedBizOpps, you will first be required to register with SAM. The System for Award Management database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. All government contractors must be registered in SAM prior to receiving an award. You may access SAM at the following URLwww.sam.gov. Once you have registered with SAM you will be required to register with FedBizOpps. No federal materials can be downloaded until you have registered under both sites. You may access FedBizOpps via the following URL https://www.fbo.gov.Interested contractors are encouraged to submit any requests for information directly to the Government point of contacts shown in this FBO notice. Please be aware that the Government may not respond to requests until release of the RFP. Submitted requests may be taken into consideration by the Government in planning the project requirements, solicitation, and contract documents.The solicitation will be posted 15 or more days from this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d8eb7a301b084d6ea5b98b3762c32cda/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05515151-F 20191214/191212230306 (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.