Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2023 SAM #7820
SOURCES SOUGHT

99 -- Administrative Support Services

Notice Date
4/24/2023 8:26:36 AM
 
Notice Type
Sources Sought
 
NAICS
561 —
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
EQ5P2SS3F1-23-0001
 
Response Due
5/3/2023 12:00:00 PM
 
Point of Contact
Ronald P Sieben, Phone: 6127253018, Sarah E. Jayjack, Phone: 2165222325
 
E-Mail Address
ronald.sieben.@gsa.gov, sarah.jayjack@gsa.gov
(ronald.sieben.@gsa.gov, sarah.jayjack@gsa.gov)
 
Description
Sources Sought Notice � Administrative Support Services The General Services Administration is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest and the resources to support this requirement for Administrative Support Services at the following locations in the states of Michigan (5), Wisconsin (1), and Minnesota (2). This requirement would replace an existing 5-year Administrative Support Services Contract. Location 1 Patrick V. McNamara Federal Building 477 Michigan Avenue Detroit, MI, 48226-2523 Location 2 Theodore Levin U.S. Courthouse 231 Lafayette Boulevard Detroit, MI, 48226-2700 Location 3 985 Federal Building 985 Michigan Avenue Detroit, MI, 48226 Location 4 Hart Dole Inouye Federal Center 74 North Washington Avenue Battle Creek, MI, 49037-3086 Location 5 Gerald R. Ford Federal Building & U.S. Courthouse 110 Michigan Street, NW Grand Rapids, MI, 49503-2313 Location 6 Milwaukee Federal Building & U.S. Courthouse 517 E. Wisconsin Avenue Milwaukee, WI 53202 Location 7 Diana E. Murphy U.S. Courthouse 300 S. Fourth St. Minneapolis, MN 55415 Location 8 Bishop Henry Whipple Federal Building 1 Federal Drive Fort Snelling, MN 55111 This Sources Sought notice is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this Sources Sought Notice are advised that their response to this notice is being used for market research purposes only. The information from this market research is for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and responses should be limited to the requested information. Responses to this announcement will not be considered as an adequate response to any future announcement. The NAICS code for this requirement is 561110. This will be a Performance-Based Contract which will focus on outcomes as opposed to prescriptive requirements. A high level of effective communication between the Government and Contractor is essential. �This Performance-Based requirement demands a greater emphasis by the Contractor on self-evaluation, robust quality control processes and oversight of administrative personnel to ensure the highest level of performance. �The Contractor must monitor administrative personnel performance, identify deficiencies, and implement corrective action, without reliance on Government oversight. Required Administrative Support Personnel Locations 1-8 � One (1) Secretary III per location *See Department of Labor�s Secretary III Classification System https://www.dol.gov/whd/regs/compliance/wage/p01311.htm On-site supervision is not required however, a Project Manager or Supervisor shall be appointed/named to assure conformance with the contract requirements.� Responsibilities of Project Manager/Supervisor: This is the individual with overall responsibility for personnel working under this contract. Shall coordinate with the Contracting Officer�s Representative (COR) regarding absences, scheduled or unscheduled of contract personnel and substitute personnel as provided. Shall coordinate with the COR for the processing of security clearance for employees under contract as well as removal of employees (ensuring collection of HSPD-12 badges, Government issued equipment, etc.) Promote healthy culture and work environment. Ensure GSA customer needs are met. Disseminate information to contract employees regarding building closures, inclement weather, suspension of performance, etc. Provide to the COR monthly employee timesheets not later than the first (1st) working day following month end. Timely submission of all required deliverables. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Capability Statement Information Companies are encouraged to respond if they have the capability and capacity to provide the services.� However, be advised that generic capability statements are not sufficient for effective analysis of a respondent�s capacity and capability to provide the required services.� Responses shall directly demonstrate the company�s capability, experience, and/or ability to marshal resources to effectively and efficiently perform required services. Response Submission Responses to this Source Sought must be received no later than 3:00 PM EST, May 3, 2023 and emailed to kelley.walsh@gsa.gov. Information should be included: Company name Mailing address DUNS number Company Point of Contact Email address Telephone number Website Small business status (inclusive of socioeconomic group if applicable) Relevant, completed work which demonstrates capability to manage remote employees Any other pertinent information Point of Contact: Kelley Ann Walsh, Contract Specialist Northern Services Contracting Team Acquisition Management Division General Services Administration 100 E 5th St. Cincinnati, OH 45202 Kelley.walsh@gsa.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2ded1c1196724212bfbf36b9b9f1c983/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06660947-F 20230426/230424230120 (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.