Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOURCES SOUGHT

S -- Commercial Facilities Management

Notice Date
3/30/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-SS-CFM-2007
 
Response Due
4/13/2007
 
Archive Date
4/14/2007
 
Description
THIS IS NOT A SOLICITATION. THIS IS NOT A REQUEST FOR PROPOSAL (RFP), INVITATION FOR BID (IFB), REQUEST FOR QUOTES (RFQ), REQUEST FOR APPLICATION (RFA) OR AN ANNOUNCEMNT OF A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT OR PROCEED WITH ANY OF THE ABOVE SOLICITATIONS IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES. Based on capability statements received from this announcement, this acquisition may be solicited as a 100% Small Business Set-Aside or as a full and open competition. All Small Business Concerns, including 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business are encouraged to respond to this notice. The U.S. Department of Health and Human Services (DHHS), Program Support Center, Division of Acquisition Management intends to issue a Request for Proposal (RFP) in the future on behalf of the DHHS, Office of the Secretary, Assistant Secretary for Administration and Management, Division of Operations and Maintenance. The Division of Acquisition Management is seeking capability statements from organizations with the core capability to provide Commercial Facilities Management (CFM) services at the HHS Headquarters facility located at 200 Independence Avenue S.W. Washington, D.C. 20201. The services provided under this contract include operations and maintenance (O&M), custodial, elevator maintenance, pest control, grounds maintenance and minor renovations. The new organization is expected to partner with the Division of Operations and Maintenance to provide facilities management oversight at the Hubert H. Humphrey (HHH) Building which is measured at 876,000 gross square feet. The HHH Building is a high profile, main focal point to the public. Successful CFM services are critical to support regular visits from both World Leaders and the Media. These services are crucial to support unique programs established by the Secretary of Health and Human Services, to include programs operating 24/7/365. The HHH Building houses leadership in the Department that deliver oversight to over 60,000 employee?s world-wide. Please note that failure to specifically address each of the items below in your capability statement may affect further consideration of your capability to successfully perform the requirement. The capability statement shall be in sufficient enough detail so that the Government can determine the capability of your firm. The capability statement must specifically address ALL of the following information; otherwise no further evaluation of your capability statement will be performed. (1) Does your organization have five years of experience in the corporate capability to manage, operate and maintain several facilities programs to include fire alarm, centrifugal chillers, elevators, critical air distribution systems, janitorial, pest control, grounds maintenance, elevator maintenance, work reception services of similar scope and size? (2) Describe your past performance operating a facility of this size and scope? (3) What past or current experience does your organization have in oversight and management of subcontractors? (4) What types of past or current experience does your organization have in providing O&M support to critical programs that must operate 24/7/365? (5) Does your organization have the fiscal systems, financial capacity and organizational capacity to operate a program of this size and scope? (6) Does your organization have the capacity and ability to maintain payroll and employee benefits, monitor accounting, accounts payables, accounts receivables, and procurement procedures in accordance with federal regulations? (7) Does your organization have the capacity to ensure all facilities personnel are licensed and equipped to operate a facility of this size and scope in accordance with local and federal regulations? (8) What experience does your organization have in interacting and negotiating with labor unions? (9) Does your company have the ability to assemble a team of highly skilled and experienced managers to conduct day-to-day onsite management and emergency response? (10) Does your company have experience transitioning the day-to-day activities of on-site facility/property management and preparing a transition plan? (11) Does your organization have the technology capability to support the development and ongoing maintenance of a property of similar complexity and size? The anticipated period of performance for this contract is one 12 month base period and the potential of four additional option periods for a total of 60 months, NTE 66 months. Interested organizations should submit their written capability statements by 10:00 a.m. on April 13, 2007 to the Contracting Officer at the following e-mail address: dhadrick@psc.gov and pscacquisitions@psc.gov. For any questions, please contact the Contracting Officer at (301) 443-3459 or at the above e-mail address?s. Capability statements will not be accepted after the due date. Page Limit is 25 pages. No facsimile transmissions will be accepted. See Numbered Note 25. CAPABILITY STATEMENTS MUST DEMONSTRATE THE MINIMUM REQUIREMENTS OUTLINED ABOVE. Capability statements must also include the following information: company name, address, point of contact, phone/fax/email, and business size and status (e.g., small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women owned small business). THIS IS NOT A REQUEST FOR PROPOSAL AND DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT NOW OR IN THE FUTURE NOR OTHERWISE PAY FOR PREPARING ANY INFORMATION SENT OR THE GOVERNMENTS USE OF THE INFORMATION. Any proprietary information should be so marked. No solicitation is available at this time.
 
Place of Performance
Address: Washington DC
 
Record
SN01262904-W 20070401/070330220443 (fbodaily.com)
 
Source
FedBizOpps 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  © 1994-2020, Loren Data Corp.