Inactive
Notice ID:47PB0019R0002
[AMENDMENT #2 SUMMARY OF CHANGES: 1) NAICS Code 561210 (Facilities Support Services); 2) Incorporated 2nd Longer-Term Contract Questionnaire directly into the language of the notice; 3) Due date for C...
[AMENDMENT #2 SUMMARY OF CHANGES: 1) NAICS Code 561210 (Facilities Support Services); 2) Incorporated 2nd Longer-Term Contract Questionnaire directly into the language of the notice; 3) Due date for Capability Package and Longer-Term Contract Questionnaire response of 2:00 PM, EST, April 23, 2019.] 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. The General Services Administration (GSA), New England Region, Acquisition Management Division, is conducting market research to determine if any Small Business concerns have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. Operations and Maintenance Services will be performed at the John F. Kennedy Federal Building (MA0131ZZ), 15 New Sudbury Street, Boston, MA 02203-0002. This will be a performance-based acquisition service contract utilizing the commercial item procedures of FAR Part 12. The Contractor shall provide management, supervision, labor, materials, equipment, and supplies, and shall be responsible for the efficient, effective, economical, and satisfactory operations, including scheduled and unscheduled, maintenance and repair of equipment and systems. GSA is considering the potential for a 10-year contract (base year with nine (9) one-year options). PLEASE SUBMIT BOTH THE CAPABILITIES PACKAGE AND ANSWERS TO THE LONGER TERM CONTRACTS QUESTIONNAIRE. 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 2019. The appropriate NAICS Code is 561210 with a size standard of $38.5 million dollars. Reference: www.census.gov/naics/ and http://www.sba.gov/contractingopportunities/officials/size/index.html] FAR Clause 52.219-14, Limitations on Subcontracting, will apply to this contract and be strictly enforced. SOURCES SOUGHT QUESTIONNAIRE 1 OF 2: CAPABILITIES PACKAGE It is requested that interested parties submit a brief capabilities package. The package shall address, at a minimum, the following: (1) Examples of projects worked within the last five (5) years of a similar size, scope, complexity and duration as the work indicated. State whether your firm worked as a prime or subcontractor, contract value, brief description of how the referenced contract relates to the work described, and provide an agency or owner point of contact. (2) A narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. (3) Company profile, to include number of employees, annual receipts, office location(s), and DUNS number. (4) Evidence to establish your company's standing as a SDVOSB, WOSB, HUBZone, 8(a) or other small business concern under applicable NAICS. (5) A positive statement of your intention to submit a proposal for this requirement if set-aside for your socio-economic group. (6) Return of attached questionnaire with your company's response to this Sources Sought Notice. 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 procurement. 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 GSA in tailoring its requirements to be consistent with industry standards. SOURCES SOUGHT QUESTIONNAIRE 2 OF 2: LONGER-TERM CONTRACTS The U.S. General Services Administration (GSA) is gathering information to determine if it is in the Government's best interest to consider using contract terms of up to 10 years in length for operations and maintenance (O&M) services for fixed building equipment in the John F. Kennedy Federal Building as specified in this Sources Sought Notice. Your responses to the following questions would be appreciated. Company Name: ________________________________________________ Address: ________________________________________________ DUNS Number: ________________________________________________ Size / Socioeconomic Status: __ Small Business __ WOSB __ EDWOSB __ HUBZone __8A __ SDVOSB __ VOSB __ Other: ______________________________ 1. Does your company currently perform or routinely submit proposals for O&M contracts within the commercial sector that extend beyond a term of 5-years? 2. If the answer to the above question is yes, please give examples of those contracts and provide the name(s) and points of contact of the customers for whom the services are provided. 3. Do you find that the use of longer term contracts is a benefit to your company? If so, please describe the types of benefits, i.e. lower cost, better experienced staff, familiarity with building systems, etc. 4. In your opinion, are there benefits that accrue to the Government when longer term contracts are used for the maintenance of federal facilities? Please describe those benefits. 5. Please indicate if you are in agreement or disagreement with the following statements and provide relevant comments to support your position: 5.a. Longer term contracts allow the contractor to become knowledgeable about the intricacies of operating and maintaining individual buildings and their various interrelated components. This expertise improves performance, expedites troubleshooting, enhances customer satisfaction and minimizes failures of critical building systems such as HVAC, fire safety and electrical systems and generally reduces long term costs to the customer. 5.b. Longer term contracts provide an incentive for contractors to recommend the best solutions as they will be tasked with operating and maintaining the solutions they recommend. 5.c. Longer term contracts stimulate better performance through the avoidance of short term operational fixes that will be costly to the government in the long run and increase the likelihood of service disruptions. 5.d. Operations and maintenance contractors need time to learn a building and its systems. They are less likely to make improvements in shorter term contracts, especially regarding maintenance and operation of large chiller and boiler plants. 5.e. Longer term contracts generally allow contractors to recruit and retain higher caliber workers and generally result in reduced employee turnover. 5.f. It can reasonably be expected that a longer term contract will result in economies of scale and other efficiencies that translate into lower overall costs to the Government. Responses to this Sources Sought Notice shall be emailed to Simeon Berry at simeon.berry@gsa.gov. Responses must be received on 04/23/2019, no later than 2:00 pm, Local Time. Electronic submissions will be accepted. Questions regarding this notice may be addressed to Simeon Berry at simeon.berry@gsa.gov. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern.