Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2005 FBO #1412
SOURCES SOUGHT

J -- Architectural Maintenance of Facility Doors, Windows, Hardware, Etc.

Notice Date
10/6/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
Reference-Number-SB134106Q1400
 
Response Due
10/26/2005
 
Archive Date
11/9/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. The Government is seeking sources specializing in architectural maintenance which includes but may not be limited to the maintenance of doors and door hardware , windows, overhead/rollup doors, dock levelers, elevators, utilizing all types of materials such as block, wood, steel, drywall, ceiling tile, carpet, floor tile, and etc. The anticipated period of performance for this requirement is for a base period of one year with four one year options, total duration not to exceed sixty (60) Months. The North American Industry Classification System (NAICS) Code is 561210 and the small business size standard is $30 Million. The United States Department of Commerce (DOC), National Institute of Standards and Technology (NIST) Located at 325 Broadway in Boulder, Colorado has a need for on-going facilities maintenance. The activities listed below will be managed by the Maintenance Contracts Office Section of Engineering, Maintenance, and Support Services Division. Work requirements will be preformed at the NIST facility in Boulder Colorado, Fort Collins, Colorado, and Kauai, Hawaii. The contractor shall provide all management, supervision, labor, equipment, and materials to perform the necessary requirements as issued in specific task orders for facilities maintenance, preventative maintenance, and repair to ensure the facility remains operational, safe, and code compliant. The facilities are comprised of approximately 500,000 square feet in three major buildings with approximately twelve support buildings all housing scientific research laboratories (research labs, clean rooms, testing facilities, and standards laboratories), office space, commons areas, conference rooms, and support facilities. This is not a Request for Proposal or an Invitation to Bid and is not to be constructed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. This is a search for companies with expertise in the above listed category. Respondents are requested to submit a Capability Statement that clearly addresses your corporate capabilities. The Capability Statement shall include the following corporate information at tab # 1, specify the company name and address, corporate contact points, CAGE code and attach a copy of your current Central Contractor Registration (CCR) data. Also, advise the Government of pending changes in small business status. The statement must include at tab #4 substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer?s Technical Representative (COTR) name, COTR email, and COTR telephone. The capabilities statement shall also include following information at tab #2 for review: 1.) Organizational Structure to include but not limited to number of employees and number of journeyman, apprentices, helpers and etc, the length of service with the company. 2.) Safety plan and at a minimum 3 years of safety data demonstrating work safety history to include but not be limited to accident rating, lost work days and etc. 3.) Quality Assurance/Control procedures along with three years minimum of assessments by companies you have contracts with. 4.) A written description of the organizational Technical Capability describing experience maintaining facilities, equipment, systems, and etc. which the organization has provided regular and reoccurring maintenance and repair activities. 5.) A written description describing the Technical Workforce employed by the company including at a minimum employee, certifications, education, and training and experience. Companies submitting documents for review must at a minimum be able to perform the following and document such at tab #3: 1.) Respond in emergency situations to the site with a technically qualified workforce within 4 hours minimum 24-7-365. 2.) Be capable of supplying a technically competent work force capable of passing a security background check. 3.) Supply a technical competent work force which reads, writes, and speaks the English language fluently. 4.) Self-Perform at a minimum 51% of all tasks with technically qualified personnel employed by the company who has the prime contract. All responses submitted for review shall be no longer than 40 pages of type written (12 font) material and bound in a binder for ease of review and to prevent loss of paper. Two copies shall be submitted. In addition, one copy shall be submitted on CD using the Microsoft 2000, Word Program. No reimbursement will be made for any cost associated with providing information in response to this sources sought. All data received in response to this Sources Sought solicitation that is marked, as corporate proprietary will be fully protected from release outside the Government. Please do not submit classified material. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. RFI questions are to be submitted in writing by COB October 17th, 2005. Respondents submitting a capability statement must do so by mail NLT October 26, 2005 to the Contracting office address listed at the beginning of this solicitation and to the attention of the Point of Contact listed below.
 
Place of Performance
Address: 325 Broadway, Boulder, CO
Zip Code: 80305-3328
Country: USA
 
Record
SN00910482-W 20051008/051006211756 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.