Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2023 SAM #7985
SOURCES SOUGHT

Z -- Sources Sought for HOTD Boiler and Chiller Maintenance and Related Services

Notice Date
10/6/2023 10:43:18 AM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
PBS R11 CONSTRUCTION SERVICES DIVSION CTR 2 WASHINGTON DC 20405 USA
 
ZIP Code
20405
 
Solicitation Number
SSNHOTDMAINT20231006
 
Response Due
10/23/2023 11:00:00 AM
 
Archive Date
10/24/2023
 
Point of Contact
Ingrid J. Blair, Phone: 2023798333, Walter Kalista, Phone: 2023220904
 
E-Mail Address
ingrid.blair@gsa.gov, walter.kalista@gsa.gov
(ingrid.blair@gsa.gov, walter.kalista@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Sources Sought Notice is intended for Small Disadvantage Business and is for informational purposes only.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.� Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. 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 contractors for the following proposed procurement. The NAICS code applicable to this proposed procurement is 561210 (Facilities Support Services) and the size standard is $41.5 million. The General Services Administration (GSA), Public Buildings Service (PBS), Region 11, has identified a need for Boiler and Chiller Maintenance and Related Services at GSA's Heating Operation and Transmission Division (HOTD), including maintenance, inspection, repair, and technical support.� The scope of this proposed procurement includes the provision of all of the following services: The contractor would be responsible to provide services including but not limited to, Boiler Plant and Chiller Plant Maintenance, Preventative and Predictive Electric Motor Maintenance, Emergency Boiler Rental Services, Reverse Osmosis System Membrane Replacement and Cleaning Service, Emergency Eye Shower Station Services, and Quarterly Maintenance on Air Compressors. The equipment to be maintained and repaired at the CHRP includes six steam boilers capable of producing 1.5 million lbs/hr of steam at 250 psig, eight chillers capable of producing 17,000 tons of refrigeration, eight cooling towers, three emergency generators, numerous pumps, motors and fans, a fuel oil system, natural gas compressors, air compressors, and reverse osmosis systems, along with other associated equipment and systems. The Contractor shall also provide management, labor, supervision, vehicles, equipment, and materials to perform administration and technical support for inspections, preventive maintenance, and is responsible for the efficient, effective, economical, and satisfactory scheduled and unscheduled maintenance, and minor repairs/replacement of equipment and systems located within the property line of the Central Heating and Refrigeration Plant (CHRP). Various personnel qualifications and certifications are required for this contract would include maintaining and repairing boilers, chillers, and electric motors and pumps. Response to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Disadvantage Business contractors are encouraged to submit responses, using the format described below: 1. Corporate Information Identification ? Company name and company address ? Point of contact, phone, and email address ? The firm�s specific socio-economic category and NAICS Code ? Confirmation of registration in System for Award Management (Provide UEI) 2. Capabilities Narrative ? Please indicate the area(s) of Washington, DC or in the National Capital Region portion of the Washington Metropolitan Area, your firm currently performs service. If services are not currently performed throughout Washington, DC, please indicate your firm�s interest and capability to do so. If you do not have experience in The National Capital Region portion of the Washington Metropolitan Area, please describe your approach for assimilating into this market, including recruiting for staffing and subcontractor needs. ? Indicate if your firm would be interested in these opportunities as a prime contractor, or a Contractor Teaming Arrangement (CTA)? ? Provide information in sufficient detail regarding previous experience on Industrial Maintenance and Related Services requirements. Detailed information must include the following: � � �1. Description of the services performed with the type(s) of equipment. � � �2. Identify the number of buildings and location of the buildings covered by the contract. � � �3. Indicate which services were self-performed and which were subcontracted. � � �4. Provide square footage of individual buildings and aggregate building square footage. � � �5. Identify if the project was a government or commercial requirement. � � �6. Include the type of space within the building(s). � � �7. Identify the term of contract, including start and end date. � � �8. Annual and aggregate contract value. Please limit responses to no more than fifteen (15) pages and submit in either Microsoft Word or PDF file format. It is recommended to submit the information in the format as outlined above to minimize the effort of the respondent and structure the responses for ease of analysis by the Government. Responses must contain sufficient detail for the Government to make an informed decision regarding your capabilities. Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. After review of the information received, a solicitation may be published in the BETA SAM Contract Opportunities or via the Federal Supply Schedule (FSS) in the Governmentwide point of entry: GSA eBuy.� A determination by the Government to proceed with the acquisition as a set-aside is within the sole discretion of the Contracting Officer. Responses must be submitted by email to Ingrid Blair at Ingrid.blair@gsa.gov and Walter Kalista at walter.kalista@gsa.gov on or before October 23, 2023, at 02:00 PM, EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f91d89ba0124418ab128087eea91fc5a/view)
 
Place of Performance
Address: Washington, DC 20024, USA
Zip Code: 20024
Country: USA
 
Record
SN06855477-F 20231008/231006230050 (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.