Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PH0219R0012
Sources Sought Notice Full Maintenance Services, Farmers Branch, TX and Sherman, TX This is not a solicitation, but a Sources Sought solely for informational, planning purposes and market research in ...
Sources Sought Notice Full Maintenance Services, Farmers Branch, TX and Sherman, TX This is not a solicitation, but a Sources Sought solely for informational, planning purposes and market research in accordance with Federal Acquisition Regulation Part 10. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential small business sources with the capabilities and experience to perform the required work. This announcement is seeking information regarding contractors who qualify as a Small Business. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. The General Services Administration (GSA), Public Building Services is conducting this market research seeking interest from all small business concerns that have the resources to support and provide management, supervision, labor materials, equipment and supplies necessary to provide Full Maintenance support services for The Centre Phase 5 building and Paul Brown Federal Courthouse. The requirements contemplated herein encompass approximately 345,947 rentable square feet, aggregate square feet among all buildings. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561210, Facilities Support Services and the small business size standard is $38.5 million. Full Maintenance services required may include but should not be interpreted as all inclusive or limited to the following: Operation and Maintenance services, Custodial services (Interior/Exterior), Grounds Maintenance, Solid waste removal, Recycling, Integrated Pest Management Services, Air-conditioning equipment and systems, Air-handling/distribution equipment and systems, Electrical systems and equipment, lighting and switchgear systems, Heating, ventilation, and air conditioning (HVAC) systems and equipment, Service call desk operations to include record keeping using a computerized maintenance management system (CMMS), Plumbing and domestic water filtration/pumping and fire supply tank systems, Sanitary sewage equipment and systems, Storm drainage equipment and systems, Fire protection and life safety systems and equipment, Fire doors and windows (including hinges, closers and latching hardware), Maintenance of landscape irrigation systems, Locks, keys, keycard systems, vehicle barrier systems and static and dynamic bollard systems, Architectural and structural systems, fixtures, and equipment within the site (to the property line), Paper and soap dispensing equipment in restrooms. If you are an interested party, please provide a capabilities package which includes the following information. (1) A complete and current record of your System for Award Management Registration (SAM) which includes DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, type of organization, small business type (if any), etc. (2) A capability statement supporting claims of organizational and staff capability to perform operation and maintenance services, custodial services, lawn maintenance, ability to provide environmentally-responsible solutions and products, and methodology for supervisor/manager ability to hire/fire personnel, purchase needed supplies, materials, and equipment. (3) A list of full maintenance services contracts and associated federal customers with a minimum value of over $500,000 per year. Include whether the operation, maintenance, and custodial work include multiple-buildings, multi-story buildings, courthouses, high-security areas, office buildings, judicial offices, and/or landscaping and grounds maintenance. Also include the size of facilities (i.e., aggregate square feet). If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. GSA requests that potential sources only submit the minimum information necessary; no more than two pages long. All responses should be typed in a word document; (one-sided, 12 pitch, Times New Roman). The SAM record does not count toward the two (2) page minimum. All Interested sources should submit their information to this office by electronic mail by 2:00 p.m. (CST), on Monday, March 25, 2019 to the following contracting personnel; Ms. Sandy Nixon at sandy.nixon@gsa.gov and Mr. Derek Gadberry at derek.gadberry@gas.gov. Telephone calls will not be accepted or acknowledged. No feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Be advised that submission of any information in response to this market survey is purely voluntary and the government will not pay for any information or administrative cost incurred in response to this sources sought. All cost associated with this sources sought will be solely at the expense of the respondents. Additionally all submissions becomes government property and will not be returned. No basis for a claim against the government shall arise as a result from a response to this sources sought.