Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOURCES SOUGHT

Z -- Elevator Maintenance Services Bishop Henry Whipple Building in FT. Snelling, MN

Notice Date
7/10/2020 1:13:31 PM
 
Notice Type
Sources Sought
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
PBS R5 CHICAGO IL 60604 USA
 
ZIP Code
60604
 
Solicitation Number
47PF008550
 
Response Due
7/20/2020 2:00:00 PM
 
Archive Date
08/04/2020
 
Point of Contact
Peter D Haas, Phone: 3133179629
 
E-Mail Address
peter.haas@gsa.gov
(peter.haas@gsa.gov)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT.� THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY.� RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS.� A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW.� RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The U.S General Services Administration, Northern Services Contracting Office, is issuing a Sources Sought Announcement for an Elevator Maintenance Services contract at the B.H. Whipple Building at 1 Federal Drive, Ft. Snelling, MN 55111. This sources sought synopsis serves as a means of conducting market research to identify parties having an interest in the requirement below. The General Services Administration (GSA) has need for full elevator maintenance services at the B.H. Whipple Building in Ft. Snelling, MN. This project includes, but is not limited to, providing performance based elevator maintenance service to ensure the safety of the building elevators and to maintain the building assets.� The contractor will provide all management, supervision, labor, materials, supplies, repair parts, tools, and shall plan, schedule, coordinate and ensure effective and economical completion of all work and services specified.� All elevator equipment shall be operated and/or maintained at the highest levels of efficiency compatible with the current energy conservation requirements, nationally recognized codes, and standards, and maintained at an acceptable level, throughout the contract performance period.� The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA).� THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to peter.haas@gsa.gov no later than July 21, 2020 at 500PM EST.� Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number and capability statement for the services as stated above. Additionally include: three customer references to which you have provided similar services, and your company business size pursuant to the following questions: (1) Is your business large or small, (2) If small, does your firm qualify as a small, emerging business or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified Hubzone firm? (5) Is your firm woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business?
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2384ec454778465fa3bf45eb1fe821b2/view)
 
Place of Performance
Address: Fort Snelling, MN 55111, USA
Zip Code: 55111
Country: USA
 
Record
SN05718176-F 20200712/200710230201 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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