SOURCES SOUGHT
99 -- Request for Information (RFI) Abingdon and Big Stone Gap, VA
- Notice Date
- 7/9/2021 12:46:52 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- PBS R3 ACQ MGMT DIV SERVICES PHILADELPHIA PA 19106 USA
- ZIP Code
- 19106
- Solicitation Number
- GSA-RFI-Abingdon_BSG
- Response Due
- 7/23/2021 1:00:00 PM
- Archive Date
- 10/01/2021
- Point of Contact
- Alicia Martin, Phone: 2154464506, Ralph Dayougar, Phone: 2156878293
- E-Mail Address
-
alicia.martin@gsa.gov, ralph.dayougar@gsa.gov
(alicia.martin@gsa.gov, ralph.dayougar@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Request for Information (RFI) The General Services Administration (GSA), Public Buildings Service (PBS), is conducting market research for an upcoming procurement located in Big Stone Gap, Virginia and Abingdon, Virginia. THIS IS NOT A REQUEST FOR QUOTATIONS. Responses to this Request for Information (RFI) cannot be accepted by the Government to form a binding contract. Responses to the RFI do not affect a contractor�s ability to respond to any Request for Quotations. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice. This notice is a market survey being conducted solely to determine whether there are adequate Small Business contractors for the following proposed procurement. NO LARGE businesses need respond to this notice. The General Services Administration (GSA), Region 3, has a need for custodial services at the C. Bascom Slemp Federal Building, 322 East Wood Avenue, Big Stone Gap, VA 24219 and Abingdon Federal Building and Courthouse, 180 W. Main Street, Abingdon, VA 24210. The C. Bascom Slemp Federal Building has an aggregate total internal space of approximately 28,072 gross square feet (GSF) and 13,425 cleanable square feet (SF). The Abingdon Federal Building and Courthouse has an aggregate total internal space of approximately 36,703 gross square feet (GSF) and 25,602 cleanable square feet (SF). GSA seeks to identify firms interested in providing custodial and related services at these facilities. The Contractor shall provide all management, supervision, parts, material, labor, supplies, tools and equipment (except as otherwise provided), and shall plan, schedule, coordinate and assure effective performance of Services contemplated by this requirement which include, but are not limited to, the following: Facility Cleaning and Related Services Grounds Maintenance Services Trash Separation, Removal, and Recycling Snow Removal services The acquisition strategy is to compete the requirement to the maximum extent practicable, utilizing best value selection procedures (technical and price factors considered). In addition, utilization of small-business, in particular socioeconomic (8(a), HUBZone, Service-Disabled Veteran-Owned (SDVOSB), Women-Owned (WOSB)) concerns, is a priority. It is the intent that any subsequent Request for Quotation (RFQ) issued will result in the award of one Indefinite Delivery Indefinite Quantity (IDIQ) who�s technical and price quote submissions represent the best value to the Government. It is anticipated that the Firm Fixed Price (FFP) with Economic price adjustment will consist of a one (1) year base period, with four (4) one (1) year option periods, for a potential total period of five (5) years. The applicable North American Industry Classification System (NAICS) code for this procurement is 561720, under Custodial/Janitorial and Related Services with a supporting small business standard size of $19.5 (million). All respondents must be certified to work within this NAICS code. Responses to this request for information will be used by the Government to make appropriate acquisition decisions. All interested Small Business contractors should submit their capability statements, which should include size/classification of your firm, details of similar projects, completion dates, references, and contract amount. Narratives shall be no longer than Five (5) pages. Interested vendors are requested to respond to this RFI electronically via email to the inbox created for this procurement, AbingtonVA.custodial@gsa.gov, by or before July 23, 2021, at 4:00 PM Eastern time with the information outlined below: 1. Company Information - Name of firm - Point of contact (name, phone number, and email address) - DUNS number - Business Size (Small) for NAICS 561720 - Socioeconomic Category(ies) status (e.g., Service-Disabled Veteran Owned Small Business, 8(a) Business, Woman-Owned Small Business, HUBZone Business, Small Disadvantaged Business, Small Business, or Large Business) 2. Capabilities Narrative - Details of similar projects should identify the square footage of projects, list of services performed, and contract period in a manner that will allow the Government to assess the size, scope, and magnitude of your firm�s experience. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5df8f29434084b77b5a80fab5a850538/view)
- Place of Performance
- Address: Abingdon, VA 24210, USA
- Zip Code: 24210
- Country: USA
- Zip Code: 24210
- Record
- SN06057152-F 20210711/210709230120 (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 |