Inactive
Notice ID:SFC01
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 B...
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 General Services Administration (GSA) located in Chicago, Illinois seeks a Provider/Offeror to Provide Facilities Maintenance, Operations and Maintenance, Elevator Maintenenace, and Administrative Services at the following 5 locations: 1. Federal Building (536 S. Clark Street) 536 S. Clark Street, Chicago, IL 60605 2. Federal Park Facility (450 Parking) 450 S. Federal Street, Chicago, IL 60605 3. U.S. Custom House 610 S. Canal Street, Chicago, IL 60607 4. GSA Interagency Motor Pool (Motor Pool) 701 S. Clinton Street, Chicago, IL 60607 5. Federal Archives and Records Center (FARC) 7358 S. Pulaski Avenue, Chicago, IL 60629 This service contract will include: The Contractor as Facility Manager is fully responsible for providing total management and supervision for the following: facilities management, operations and maintenance , elevator maintenance and administrative services. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to jennifer.dunne@gsa.gov no later than Friday, April 5, at 12:00 PM, (Eastern Standard Time). 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? The Method of Award is based on two phases as follows: Phase One Offerors will be evaluated on the Go/No-Go factor, “Experience”. The Government will conduct Reference Checks, which will verify the accuracy of the information provided. Questions regarding “Past Performance”, which is evaluated in Phase Two, may also be asked at this time. The combined reference checks will result in a “Go” or “No-Go” rating, which will determine if the offeror proceeds to Phase 2 of the evaluation. Offerors possessing the minimum required experience (receiving a “Go” rating), will be eligible to participate in Phase Two of the procurement. Offerors lacking the requisite experience (receiving a “No- Go” rating) will be eliminated from competition. Minimum requirements: At least two full years of performance (current contracts are accepted as long as the contract has been in performance for two years prior to the closing date of the solicitation) Contract completion within 5 years from the closing date of this solicitation Meets one of the following size requirements One building of at least 1,000,000 square feet A group of buildings, under one contract, with an aggregated total gross square footage of at least 1,000,000, with at least one building with a minimum of 600,000 square feet. Scope of performance including the following complex central systems Fire alarm systems HVAC Systems Building Automation Systems Central Heating Plant Plumbing systems Elevator systems Laboratories CMMS Phase Two Only offerors that have successfully passed Phase One of the procurement evaluation will be eligible to participate in Phase Two. In Phase Two, technical proposals will be evaluated first, followed by price proposals. Factor 1: Past Performance Factor 2: Management Plan Approach Subfactor 1: Management Plan Subfactor 2: Quality Control Plan Factor 3: O&M Work and Staffing Plan THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT," SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.