Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOURCES SOUGHT

Z -- Consolidated Facilities Management

Notice Date
4/22/2021 1:45:02 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF0021R0063
 
Response Due
6/7/2021 8:00:00 AM
 
Archive Date
06/22/2021
 
Point of Contact
Joe Loersch, Phone: 3128061757
 
E-Mail Address
joseph.loersch@gsa.gov
(joseph.loersch@gsa.gov)
 
Description
***This is a request for interested parties only, this is NOT a request for proposals*** The General Services Administration is issuing this Sources Sought Notice as a means of conducting market research to identify potential HUBZone vendors under NAICS code 561210 - Facilities Support Services who have an interest in and the resources to support this requirement for recurring Consolidated Facilities Management (CFM) services at the following locations: Location 1: Edward J Devitt U.S. Courthouse & Federal Building 118 S. Mill St. Fergus Falls, MN 56537 Location 2: Social Security Administration Building 404 2nd Street Austin, MN 55912-3010 The awardee will be tasked with providing performance-based Facilities Management; Operations & Mechanical (O&M) maintenance services; Custodial and related services; and Elevator Maintenance and related services. The anticipated start date is November 1, 2021. Currently, a contract is being considered for a one-year base period, followed by an optional year. Interested parties should note that the actual terms of the Solicitation, including Performance Period, is subject to change. Interested parties should note that the Fergus Falls, MN and Austin, MN locations are located roughly a 2-2.5 hour drive away from the Minneapolis-St. Paul metropolitan areas. Interested parties should consider their interest in and capability of performing in outlying areas. The CFM approach combines facilities related contracts into a single contract designed to reduce administrative costs and simplify the management of various building services. This is a Performance Based Contract which focuses on outcomes as opposed to prescriptive requirements. This performance-based requirement demands a greater emphasis by the contractor on self-evaluation, robust quality control processes and strict oversight of building operations to ensure the highest level of efficiency. Facilities Management: The Contractor as Facility Manager shall provide all management, administrative, supervision, labor, subcontractors, materials, supplies, equipment and travel necessary, and shall plan, schedule, coordinate and assure effective completion of all work and services. Facilities shall be maintained in an efficient, economical, and satisfactory manner. O&M: 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 to include the following: Electrical systems and equipment; Mechanical, plumbing, and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment; Fire protection and life safety systems and equipment; All Building Monitor and Controls systems; Architectural and structural systems, fixtures, and equipment within the site (to the property line); Service request desk operations; landscape irrigation systems; Security fixtures including but not limited to locks, keycard systems, vehicle barrier systems and static and dynamic bollard systems; and Elevator and vertical transportation systems. Custodial: The Contractor shall provide comprehensive cleaning services, including dusting, vacuuming, window- washing, floor-cleaning, restroom cleaning, snow and ice removal, trash and recycling collection, grounds maintenance; and pest management at both locations. Elevator: The Contractor shall provide full elevator maintenance service for Location 1 Fergus Falls, in�� compliance with the ASME Safety Code requirements, manufacturer's recommendations, Elevator Industry Field Employees' Safety Handbook, National Electrical Code, and all other applicable laws, regulations, rules, ordinances, codes, etc. Full maintenance service is defined as all services, repairs, inspections and testing necessary to maintain all elevators, appurtenances, and accessories in a fully operational mode at all times except for pre-scheduled downtime including all labor, parts and materials for 3 months. ESTIMATED SQUARE FOOTAGE (SF): The following are estimated square footage totals. Please note that these figures are estimates. Only the offeror is responsible for verifying dimensions and quantities. LOCATION 1 (Fergus Falls) BUILDING STATISTICS INTERIOR: 51,889 SF* EXTERIOR: 0.8 Acres* LOCATION 2 (Austin) BUILDING STATISTICS INTERIOR: 6,146 SF* EXTERIOR: 0.3 Acres* 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. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to joseph.loersch@gsa.gov no later than March 25, 2021 at 2:00 PM (Central Standard Time). Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number and a capability statement specifically tailored for the services as stated above. Interested parties should note that a generic capability statement is likely not sufficient to demonstrate an interest and ability to perform for the requirement described above. Additionally include: three customer references to which you have provided similar services (specifying which services you have self- performed and which have been subcontracted out), and your company business size pursuant to the following questions: (1) Is your business large or small, (2) Is your firm a certified HUBZone company? 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/c687dca75af240d3af9ffebcc3ee8107/view)
 
Place of Performance
Address: Fergus Falls, MN 56537, USA
Zip Code: 56537
Country: USA
 
Record
SN05981040-F 20210424/210422230118 (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  © 1994-2020, Loren Data Corp.