Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:EQ4PMO190026
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORM...
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITTING OFFERS FOR THIS ANTICIPATED SOLICITATION. The General Services Administration, Public Building Services, Region 4, Acquisition Division/Section Branch C has received a requirement from Public Building Service (PBS) for Combined Services (Operations and Maintenance and Janitorial Related Services) Contract in the state of Georgia for the following locations: The General Services Administration, Public Building Services, Region 4, has a need for Combined Services (Operations and Maintenance and Janitorial Related Services) on an IDIQ (Indefinite Delivery/Indefinite Quantity) basis for Operations and Maintenance and Janitorial Related Services at GSA owned facilities throughout the state of Georgia with concentrations in the cities listed below: U.S. Courthouse, Ford & Walker Streets, Augusta, GA 30903 Frank M. Scarlett FB, 805 Gloucester Street, Brunswick, GA 31520 J. Roy Rowland FB-CH, 100 North Franklin Street, Dublin, GA 31021 Prince H. Preston FB, 52 Main Street, Statesboro, GA 30458 U.S. Customhouse, 103 East Bay Street, Savannah, GA 31401 Tomochichi FB-CH, 125 Bull Street, Savannah, GA 31401 Juliette G Low - Bldg A, 100 West Oglethorpe, Savannah, GA 31401 Juliette G Low - Bldg B, 100 West Oglethorpe, Savannah, GA 31401 Juliette G Low- Bldg C, 100 West Oglethorpe, Savannah, GA 31401 The resulting contracts will be procured under NAICS 561210, which has a small business size standard of $38.5 million. It will be a Base year and nine (9) option periods (10 years) with each ordering period capacity not to exceed $2M per year. The applicable small business size standard is $38.5M, and North American Industry Classification System (NAICS) Code is. This is a Request for Information (RFI) Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is for information and planning purposes ONLY to invite qualified firms to submit responses to the attached Performance Work Statement (PWS) document, demonstrating the ability to provide the services. THE FOLLOWING SHOULD BE INCLUDED IN YOUR RESPONSE (Page Limit 5 pages): (1) The availability and capability of qualified small business sources; (2) Whether your firm is a: Small Business (SB);Historically Underutilized Business Zone (HUBZone);Veteran-Owned Small Business (VOSB);8(a) Small Business; Woman-owned Small Business (WOSB);Economically Disadvantage Woman-owned Small Business (EDWOSB) or Small Disadvantaged Businesses (SDB). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the requirements described in PWS. In order to submit a proposal on this acquisition at time of issuance of Request for Proposal (RFP), all contractors will have to be registered in SAM.gov. THE FOLLOWING SHOULD NOT BE INCLUDED IN YOUR RESPONSE: 1. Do NOT respond via telephone, all responses must be in writing. 2. Do not submit questions or comments not related to this RFI. 3. Do not submit information or general descriptions of corporate experience beyond what is requested above. Statements of capabilities must be submitted no later than April 29, 2019; 4PM EST. Send submissions via e-mail to the attention of Vincent Butler, Contract Specialist at Vincent.d.butler@gsa.gov. DISCLAIMER AND IMPORTANT NOTES: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice will not be considered adequate responses to a solicitation.