Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

S -- Combined Janitorial and Mechanical Maintenance Services at the Social Security Administration Office in Haverhill, MA

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R1 Acquisition Management Division (47PB00), 10 Causeway Street, Boston, Massachusetts, 02222, United States
 
ZIP Code
02222
 
Solicitation Number
47PB0018SSMA0138
 
Archive Date
7/17/2018
 
Point of Contact
Robert Budlong, Phone: 6175656686, Donna Maffeo, Phone: (617) 565-6012
 
E-Mail Address
robert.budlong@gsa.gov, donna.maffeo@gsa.gov
(robert.budlong@gsa.gov, donna.maffeo@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH FOR SMALL BUSINESS FIRMS DUE BY 2:00 PM ON JUNE 18, 2018. THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. No solicitation or specifications are available at this time. Please monitor FBO for forthcoming solicitation. This Sources Sought will not be linked to the solicitation. The General Services Administration (GSA), New England Region, Contract Operations Branch, is conducting market research to determine if any Small Businesses, WOSB, SDVOSB, HUBZone Small Businesses or 8(a) Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. All Small Businesses are encouraged to submit. Janitorial, landscaping, snow removal and mechanical maintenance services will be performed at the Social Security Administration Office in Haverhill, MA. This will be a performance based service contract utilizing commercial item procedures. The Rentable Square Feet for the Social Security Administration Office is 5,745 SF. The Contractor shall provide management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems as follows: 1.Air-conditioning equipment and systems. 2.Air-handling/distribution equipment and systems 3.Electrical systems and equipment, lighting and switchgear systems 4.Heating, ventilation, and air conditioning (HVAC) systems and equipment. 5.Plumbing and domestic water equipment and systems to include domestic water fountains and coolers, decorative ponds, and small circulating water pumps less than one (1) horsepower. 6.Sanitary sewage equipment and systems 7.Storm drainage equipment and systems. 8.Fire protection and life safety systems and equipment including detection, notification, and communication systems as well as monitoring service, including sprinkler systems, standpipes, backflow preventers, water storage tanks, fire extinguishers, etc. 9.Fire doors and windows (including hinges, closers and latching hardware) 10.Non agency security system (locks, gates/arms, hydraulic bollards, keypads, card readers, cameras, magnetic locks, etc...) and its components 11.Architectural and structural systems, fixtures, and equipment within the site (to the property line). 12.Janitorial and custodial services. 13.Landscaping Services. 14.Snow clearing services. Additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the covered facilities, but not covered in the basic services of the contract, as described in this document. The anticipated award will be for a base contract for one year with four options periods of one year each for a total of five years of services. All qualified Small Businesses are encouraged to respond. The Government will not pay for any information solicited. Respondents will not be notified of the results of the evaluation. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is the acceptable strategy for the procurement. The Government anticipates a contract award for these services in August of 2018. The appropriate NAICS Code is 561210, Facilities Support Services with a size standard of $38.5 Million. It is requested that interested parties submit a brief capabilities package. At a minimum, the package shall address the following: 1.Please provide a detailed narrative demonstrating your experience in the type of combined services (i.e. custodial and mechanical maintenance services) sought by this Notice. Information shall include at least three (3) similar contracts substantially completed within the past five (5) years. A similar contract is defined as one that is comparable in magnitude, scope, complexity and duration to the requirements as defined by this Notice. 2.For each of the three (3) contracts identified above, please provide any Past Performance Evaluations completed through the Past Performance Information Retrieval System (PPIRS) or a similar Government evaluation system. If no formalized evaluation exists for a particular contract, please provide an "Owner" point of contact to include name, title, and telephone number and email address. 3.Please demonstrate that your firm has the personnel necessary (or the ability to obtain them) to perform the type of combined services sought by this notice and to meet the requirement at Federal Acquisition Regulation (FAR) Clause 52.219-14, Limitations on Subcontracting. Please provide resumes for key personnel, including any persons considered key to the successful administration of a contract. Resumes shall include all professional licenses and certifications. 4.If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. 5.A statement of your intention to submit a proposal for this requirement. The capabilities package requested under this Sources Sought Notice is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this requirement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the General Services Administration in tailoring its requirements to be consistent with industry standards. Responses to this Sources Sought Notice can be emailed to Robert Budlong at robert.budlong@gsa.gov. Responses must be received no later than 2:00 PM, Local Time on June 18, 2018. Questions regarding this notice may be addressed to robert.budlong@gsa.gov or donna.maffeo@gsa.gov. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PK-ME/47PB0018SSMA0138/listing.html)
 
Place of Performance
Address: 367 Main Street, Haverhill, Massachusetts, United States
 
Record
SN04952435-W 20180614/180612230721-fe940249adc7bd914232f8a4d0208ef2 (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.