Combined O&M and Janitorial Services
SOURCES SOUGHT NOTICE BUILDING OPERATIONS AND MAINTENANCE (O&M) AND JANITORIAL SERVICES TAMPA, FL THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no cont... SOURCES SOUGHT NOTICE BUILDING OPERATIONS AND MAINTENANCE (O&M) AND JANITORIAL SERVICES TAMPA, FL 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. This sources sought will not be linked to the solicitation. The General Services Administration (GSA), Southeast Sunbelt Region, Acquisition Management Division, Florida Branch, is conducting market research to determine the capabilities of business concerns and assist the Contracting Officer in determining whether a set-aside is appropriate for the procurement. Operations and Maintenance Services: The Contractor will be responsible for providing 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 located within the property line of the following locations: Timberlake Federal Annex (FL0002AE) FT. Myers FB-CT (FL0009ZZ) 501 E. Polk St. 2110 1st St. Tampa, FL 33602-3949 Fort Myers, FL 33901-3000 Sam M. Gibbons US CTHS (FL0012ZZ) Bryan Simpson US CTHS (FL0017ZZ) 801 N. Florida Ave. 300 N. Hogan St. Tampa, FL 33602-3849 Jacksonville, FL 32202-4202 US Courthouse Annex (FL0025ZZ) Golden-Collum FB-CT (FL0057ZZ) 401 W. Central BLVD 207 NW 2nd St. Orlando, FL 32801-0401 Ocala, FL 34475-6603 R. L. Timberlake Jr. FB (FL0064AE) Charles E. Bennett FB (FL0067ZZ) 500 E. Zack St. 400 W. Bay St. Tampa, FL 33602-3917 Jacksonville, FL 32202-4410 George C. Young FB-CT (FL0082ZZ) 400 W. Washington St. Orlando, FL 32801-2231 Servicing and repair of equipment and systems include: a. Heating, ventilation, and air conditioning (HVAC) systems and equipment. b. Kitchen hoods, toilets, and exhaust systems c. Electrical systems and equipment, lighting and switchgear systems. d. All control systems that are within the scope of this Contract: 1. Building Automation System (BAS) [[[(where BAS systems are connected to the GSA network, the Contractor’s employees will need to obtain a GSA ENT account to access systems)]]]. Sam Gibbons US CTHS (FL0012ZZ), Golden Collum FB-CT (FL0057ZZ), Charles E. Bennett FB (FL0067ZZ), FT Myers FB (FL0009ZZ), George C. Young FB-CT (FL0082ZZ), R.L. Timberlake Jr FB (FL0064AE), and Timberlake Federal Annex (FL0002AE). 2. All Building Control Systems to include (BAS), Public Address Systems, and Security Control Systems (Note: Software maintenance and upgrades for BAS is the responsibility of GSA if on the GSA network; Software maintenance and Access and Control for Security Systems such as card readers is the responsibility of GSA. Software maintenance for Fire Alarm Systems is the responsibility of the contractor. The software maintenance of lighting control systems and BAS systems not on the GSA network is the responsibility of the contractor). The followings systems are not on the GSA network and will be the responsibility of the O&M contractor: Bryan Simpson USCT (FL0017ZZ), US Courthouse Annex (FL0025ZZ), and. e. Plumbing and domestic water equipment and systems to include domestic water fountains and coolers, storage tanks, pumps, backflow preventers, rain water harvesting systems and cisterns. f. Kitchen/concessions/restroom/mechanical area drains and grease traps. g. Maintenance of landscape irrigation systems to include controllers, pumps, timers, and sprinkler nozzles. h. Sanitary sewage equipment and systems. i. Storm drainage equipment and systems. j. Fire protection and life safety systems and equipment including detection, notification, and communication systems, as well as monitoring service, sprinkler systems, standpipes, backflow preventers, water storage tanks, fire extinguishers, etc. k. Special suppression systems (i.e., wet chemical, dry chemical, FM-200, Inergen, Halon, etc.) l. Smoke control systems (i.e., building, atrium, stair pressurization, elevator ventilation, etc.) m. Perimeter and non-tenant security system (locks, gates/arms, operable bollards, wedge plates, keypads, card readers, magnetic locks, etc.…) and its components (hardware only) which includes general building public access and all garage access. n. Dock levelers, roll-up doors, and sliding gates. o. Architectural and structural systems, fixtures, doors, windows, roofs, and equipment within the site (to the property line). p. US Flag pole, lighting and pulley systems. q. Roofing system investigations, inspections, and repairs. r. Mechanical equipment for window washing (wall glider, tracks, davits, and associated equipment). s. Static and dynamic bollard systems, gates, and fences t. Fire doors and windows (including hinges, closers and latching hardware) u. Parking Lots, parking lot surfaces, sidewalks and illumination. v. Parking control equipment, and loading dock equipment. w. DSL, Modems, and other information systems periphery used to include the communication and data lines necessary to operate the fire alarm monitoring and web based access to NCMMS. The Phone lines for fire alarm dialer are the responsibility of O&M contractor. x. Kitchen appliances and equipment. y. Cleaning and maintenance of ductwork above the ceiling, and any fire suppression or fire alarm equipment associated with kitchen hood systems. z. Elevator Cab lights and Emergency Phone Testing for Elevators. (Note: Changing of Light Bulbs/Ballast/ drivers in the Elevator Cars is the responsibility of the Contractor as well as Elevator Emergency Phone testing. The contractor is NOT responsible for actually changing light bulbs in elevator pits, and hoist ways however; just supplying bulbs/ballast is required. aa. Dispensing equipment in the restrooms and all hand sanitizers in common areas. This includes supplying batteries for all towel dispensers, soap dispensers, automatic operated flush valves, and sink faucets. bb. Window Blind repairs for common areas ONLY (i.e. non tenant space). cc. Service request desk operations to include asset/equipment records management, real-time production control and dispatching of tenant or any reactive calls for all types of services, development and scheduling of planned maintenance and repairs, creating and use of query based reports, and record keeping using the National computerized maintenance management system (NCMMS). dd. Janitorial and Related Services Janitorial Services: The Contractor will be responsible for providing management, supervision, labor, materials, supplies and equipment, and shall plan, schedule, coordinate and assure effective performance of all janitorial related services for the following buildings: FT. Myers Fed. BLDG CTHS (FL0009ZZ) Golden-Collum FB-CT (FL0057ZZ) 2110 1st St. 207 NW 2nd St. Fort Myers, FL 33901-3000 Ocala, FL 34475-6603 US Courthouse Annex (FL0025ZZ) George C. Young FB CTHS (FL0082ZZ) 401 W. Central BLVD 400 W. Washington St. Orlando, FL 32801-0401 Orlando, FL 32801-2231 The anticipated award will be a base year contract with nine one-year options, for a potential total of ten years. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to seek information regarding potential business sources. If your organization can provide these services as a total solution please respond via email to james.ritcheson@gsa.gov with the following information: Business Name DUNS Number Federal Supply Schedule contract number Expiration date of final Federal Supply Schedule contract option period Socioeconomic categories of business (Small Disadvantaged, Women Owned, Service Disabled Veteran Owned, HUBZone)
Data sourced from SAM.gov.
View Official Posting »