Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

R -- Central Support Services

Notice Date
2/19/2010
 
Notice Type
Presolicitation
 
NAICS
561499 — All Other Business Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (5PK), 230 S. Dearborn Street, Room 3600, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
GS-05P-10-FA-D-0021
 
Point of Contact
Margaret E. Quinn, Phone: 312-353-4431, Susan J. Lynch, Phone: 312-886-0539
 
E-Mail Address
margaret.quinn@gsa.gov, susan.lynch@gsa.gov
(margaret.quinn@gsa.gov, susan.lynch@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is for Central Support Services including file storage, management, archival, disposal and retrieval of paper files and reference materials; package receiving and distribution; supply management and distribution; copy/reproduction/plotting services; electronic device storage and maintenance; and document scanning and archiving. The United States General Services Administration (GSA), Public Buildings Service (PBS) has a requirement for a firm to provide all management, supervision, labor and equipment (except as otherwise provided) to plan, schedule, coordinate, and assure effective performance of the following services in the John C. Kluczynski Federal Building, 230 South Dearborn St., Chicago, IL 60604. The Services include file storage, retrieval and management (on-site) of approximately 43,000 paper files including archiving and disposal as needed; supply storage, management and distribution (excludes purchasing) of approximately 300 stocked items; package receiving, including limited mail distribution and collection to/from specified drop off points; copy, reproduction and plotting services; and electronic device storage and maintenance of approximately 38 small electronic devices. The contractor will be required to provide two functional service windows (one in the Copying/Scanning/Reproduction Room and one in the Centralized File/Supply Room). Additionally, document scanning and archiving services are to be performed across the street in the Ralph H. Metcalfe Federal Building, 77 W. Jackson Blvd. This operation entails scanning PBS's building drawings and related documents, storing them in electronic files, and archiving them at the National Archives and Records Administration Federal Records Center in Chicago. These services are currently centralized within the PBS organization, therefore the contractor awarded this requirement will continue operations currently being performed. The Government will furnish a Service Tracking Application that includes databases for Inventory Control, File Tracking, Reference Material Tracking, and Package Receiving. The contractor can opt to maintain this system or propose a new system. This requirement will be filled through the award of a single, firm fixed price contract for a base period of one year, with the possibility of options to extend the services for four additional, one year option periods at the sole discretion of GSA. The total duration of this contract could be for five years. This contract will contain line items for transitional Phase-in/Phase-out periods, and overtime services, which may be ordered during the life of the contract. This procurement is being set-aside for small business concerns under NAICS Code 561499, with a small business size standard of $7,000,000. The method of procurement will be a competitive, negotiated, Request for Proposal (RFP). Source Selection procedures as identified in the Federal Acquisition Regulations (FAR) Part 15.3 will be utilized in the selection of a firm offering the best value to the Government in terms of price, past performance, and technical merit and whose performance is expected to best meet stated Government requirements. Accordingly, offerors will be evaluated based on their technical proposals, as well as on their past performance and price proposals. Upon receipt and evaluation of all technical, past performance and price proposals, a formal selection of a firm will be made that offers the greatest value to the Government, based on a combination of technical, past performance, and price-related factors, incorporating trade-offs between price-related and non price-related factors. Full details of this requirement and the evaluation factors will be provided in the solicitation package. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October 1, 2003, all Government contractors must be registered in CCR prior to receiving an award. You may access the CCR at the following URL, www.ccr.gov. Effective January 1, 2005, the Federal Acquisition Regulation (FAR) requires the use of the Online Representations and Certifications Application (ORCA) in Federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. In addition, rather than receiving and reviewing paper submissions, government contracting officials can access ORCA and review your information online as a part of the proposal evaluation process. You will no longer have to submit representations and certifications completed in ORCA with each offer. Instead, a solicitation will contain a single provision that will allow you to either certify that all of your representations and certifications in ORCA are current, complete and accurate as of the date of your signature, or list any changes. A pre-proposal conference will be held on or about March 29, 2010, and notification to the Contract Specialist of proposed attendance will be required. This conference will permit prospective offerors the opportunity to clarify any concerns regarding the RFP, and tour the Central Support Services operation. We consider attendance at this conference important to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. Additional details regarding the pre-proposal conference will be included in the solicitation package. The solicitation will be available on or about March 11, 2010. The solicitation package can be accessed and downloaded from www.FedBizOpps.gov. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendment(s), if any to the solicitation. No hard copies will be available. All offers are to be submitted to Margaret Quinn, at the General Services Administration, Acquisition Management Division, 230 S. Dearborn St., Suite 3600, Chicago, Illinois 60604. Faxed or emailed proposals WILL NOT be accepted or considered for this solicitation. All responsible sources may submit a proposal which shall be considered by the agency. Any questions regarding this solicitation should be directed to the Contracting Officer whose name appears herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PK/GS-05P-10-FA-D-0021/listing.html)
 
Place of Performance
Address: 230 S. Dearborn St., Chicago, Illinois, 60604, United States
Zip Code: 60604
 
Record
SN02069763-W 20100221/100219235305-ed8e2d9d23d675d284a8a84d4763f967 (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.