Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 08, 2020 SAM #6614
SOURCES SOUGHT

J -- Operations and Maintenance, Springfield, IL

Notice Date
1/6/2020 8:21:05 AM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
EQ5PSS2F2-20-0008
 
Response Due
1/15/2020 11:00:00 AM
 
Archive Date
01/30/2020
 
Point of Contact
Dorell Dubiak, Phone: 3123537043, Rhonda Booker, Phone: 2165224875
 
E-Mail Address
dorell.dubiak@gsa.gov, rhonda.booker@gsa.gov
(dorell.dubiak@gsa.gov, rhonda.booker@gsa.gov)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The General Services Administration (GSA) is seeking a qualified Prime Contractor sources with proven experience and expertise in Operations and Maintenance Services, NAICS 238220, within occupied spaces.� This acquisition will be at the Paul Findley Federal Building & U.S. Courthouse 600 East Monroe Street, Springfield, IL 62701-1626. The Paul Findley Federal building has 4 stories and has approximately 162,036 gross square feet.� This project includes, but is not limited to, providing performance-based mechanical operations and maintenance services to ensure the safety of the building mechanical operations and maintain the building assets. The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and is responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line.� The contractor will provide all management, supervision, labor, materials, repair parts, tools, and equipment (including inspection and maintenance of all fire protection systems) and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified. All mechanical, electrical, utility, fire protection systems, equipment and all interior and exterior architectural and structural systems shall be operated and/or maintained at the highest level of efficiency compatible with the current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period. The contractor shall be responsible for performing all work under this contract in accordance with Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices, including but not limited to: Occupational and Safety Health Act (OSHA). Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to dorell.dubiak@gsa.gov no later than 1:00 PM (Central Standard Time) on Wednesday, January 15, 2020. Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number, NAICS code and capability statement for the services as stated above. Additionally include; three customer references to which you have provided similar services, and your company business size pursuant to the following questions: (1) Is your business large or small?, (2) If small, does your firm qualify as a small, emerging business or small disadvantaged business?, (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified HUBZone firm? (5) Is your firm woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? The Method of Award for any future solicitation is based on past performance and price. Responses to this announcement are not considered quotes or offers, and cannot be accepted by the Government to form a binding contract. Responses will not be used for evaluation in any resultant solicitation for this requirement.� The Government shall not be held responsible for any cost incurred in response to this Sources Sought Notice. Interested vendors are encouraged to identify themselves as such at the beta.SAM.gov website for purposes of teaming arrangements and subcontracting opportunities. Telephone responses and inquiries will not be accepted. THIS REQUEST FOR INFORMATION OR ""SOURCES SOUGHT,"" SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dfff4d0d28c24ca1a615655978a3c504/view)
 
Place of Performance
Address: Springfield, IL 62701-1626, USA
Zip Code: 62701-1626
Country: USA
 
Record
SN05527575-F 20200108/200106230130 (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.