Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
SOURCES SOUGHT

J -- Base Notice: Mechanical Maintenance Services for John W. McCormack Post Office & Court House and Captain John Foster Williams Coast Guard Building, Boston, MA

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (1PQB), 10 Causeway St., Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
EQ1PSMB-16-5144
 
Archive Date
2/3/2017
 
Point of Contact
Vanessa Colquitt, Phone: 6177948484, Simeon Berry, Phone: 617-565-8618
 
E-Mail Address
vanessa.colquitt@gsa.gov, simeon.berry@gsa.gov
(vanessa.colquitt@gsa.gov, simeon.berry@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis to Conduct Market Research GSA Public Buildings Service New England Region The General Services Administration, Public Buildings Service, Boston Service Center requires mechanical maintenance services including repair of equipment and systems within the property line of the John W. McCormack Post Office & Court House and the Captain John Foster Williams Coast Guard Building, Boston Massachusetts. The John W. McCormack Post Office & Court House is an office building at 80 Devonshire Street, in Post Office Square, Boston, MA with over 556,865 rentable square feet of office space, with 23 floors. The Captain John Foster Williams Coast Guard Building is an office building at 408 Atlantic Avenue, Boston, MA with over 134,684 rentable square feet of office space, with 8 floors. The services required include the following: 1. Electrical systems and equipment. 2. Mechanical, plumbing, Building Automation System (BAS) where applicable ( where BAS/ ECMS systems are connected to the GSA network, the Contractor’s employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. 3. Fire protection and life safety systems and equipment. 4. All control systems that are within the scope of this Contract. All Building Automation Systems (BAS), Public Address Systems, 5. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 6. Service request desk operations to include record keeping using a computerized maintenance management system (NCMMS) or by other means as well as other administrative functions. 7. Locks 8. Roll-up garage doors. 9. Roof Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 10. The Contractor shall complete roofing system investigations and repairs. 11. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. 12. Security systems (does not include mechanical components of the door, closers, keepers, hinges, etc.). 13. Installation of paper, soap, and hand-sanitizer dispensing equipment in restrooms. The successful contractor would NOT be required to service the following: 1. Telecommunication systems. 2. Equipment owned and operated by tenant agencies. 3. Furnishings (not installed as fixtures). 5. Kitchen appliances and equipment (but ductwork above the ceiling, grease traps with associated piping, and any fire suppression or fire alarm equipment are included in the scope). 6. Equipment owned by servicing public utilities. 7. Upgrade of software or software licenses (to include building automation systems (BAS) and NCMMS). 8. Fitness center equipment. Proposals are not being solicited at this time. THIS IS NOT A REQUEST FOR PROPOSAL. This is only a request for responsible, technically qualified sources in order to determine the appropriate method of procurement. Interested technically qualified firms shall submit detailed Statements of Capability and shall not include pricing information. The Statements of Capability shall include detailed reference information and fully address and respond to the following questions: 1. Provide evidence of successful operations and maintenance services in an office building of similar size, age, and complexity. 2. Demonstrate successful maintenance of HVAC systems and equipment for an office building of similar size, age and complexity. 3. Demonstrate successful maintenance of Electrical Systems, Emergency Generation Systems for an office building of similar size age and complexity. 4. Demonstrate successful maintenance of Fire protection systems Fire pumping systems and Fire Alarm Systems of similar complexity. 5. Demonstrate successful maintenance and operation of Plumbing systems, supply sanitary and stormwater waste systems. 6. Demonstrate capability for providing all of the above mentioned services in the city of Boston. 7. Demonstrate capability to provide successful maintenance plan for all equipment as listed above. 8. Will your firm submit a detailed proposal at a fair and reasonable price for this requirement when it is issued? 9. If your firm intends to submit a proposal are your Key Personnel and all other staff cleared through the Department of Homeland Security HSPD12 security process? 10. Would your firm be able to provide services successfully over a potential five year contract; would your firm be able to contract for a 1 year base, with four one year option periods, at a fair and reasonable price? 11. Provide references including contact information to support all of the responses included. 12. Indicate whether your firm is small business, service disabled veteran owned, Hubzone, Woman Owned, or 8(a). The NAICS code for this contract is 238220 and the small business size standard is $15 million. Statements of Capability with responses to all questions must be in writing and are due on January 19, 2017 at 2 p.m. Responses are limited to 25 pages. Reference information is not included in the page limit. No verbal communications will be acknowledged or accepted. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential business sources and assist the Contracting Officer to determine the procurement methodology. The government will not reimburse responders for the cost of the submittals. Statements of Capability should be sent to by email to vanessa.colquitt@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/EQ1PSMB-16-5144/listing.html)
 
Place of Performance
Address: John W. McCormack Post Office & Court House, 5 Post Office Square Boston, MA 02109, Captain John Foster Williams Coast Guard Building, 408 Atlantic Avenue, Boston, MA 02110, United States
Zip Code: 02110
 
Record
SN04359727-W 20161224/161222235538-a5b062248e3595fbd61638594622e164 (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.