The RFP Database
New business relationships start here

Fort Worth, Texas - Operation and Maintenance Services


Texas, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT SYNOPSIS 
For Operations and Maintenance (O&M), Fort Worth, Texas

This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of this synopsis. General Services Administration (GSA) Public Building Service (Region 7) has been tasked to solicit for and award a procurement for O&M Services. Proposed procurement will be a competitive, firm-fixed price contract. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.


The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women Owned, Economically Disadvantaged Women- Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB),Small Disadvantage Business, and Veteran Owned Small Businesses. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone and SDVOSB businesses are highly encouraged to participate.


GSA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support Operation and Maintenance services in Fort Worth, Texas. Services will be provided at the following locations:


Lanham Federal Building, 819 Taylor Street, Fort Worth, TX, with a gross area of 669,337 sq. ft.


Fort Worth Parking Garage, 410 Texas Street, Fort Worth, TX, with a gross area of 35,400 sq. ft.

Mahon Federal Courthouse, 510 W 10th Street, Fort Worth, TX, with a gross area of 119,567 sq. ft.

The applicable North American Industry Classification System (NAICS) code to be assigned to this procurement is 561210; the associated small business size standard is $38.5 million.

The Contractor shall provide management, supervision, labor, materials, equipment, and supplies for operations and maintenance services, scheduled and unscheduled maintenance, and repair of equipment and systems located within the property line of the building(s) listed above to include the following:


1. Electrical systems and equipment.
2. Mechanical, plumbing, Building Automation System (BAS), and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment.
3. Fire protection and life safety systems and equipment.
4. All control systems, Building Automation Systems (BAS), Niagra Tridium Jace controls/system, Public Address Systems, and Computerized Lighting Systems
5. Architectural and structural systems, fixtures, and equipment.
6. Service request desk operations to include record keeping using a computerized maintenance management system (CMMS) or by other means as well as other administrative functions.
7. Maintenance of landscape irrigation systems.
8. Locks, keys, keycard systems, vehicle barrier systems and static and dynamic bollard systems.
9. Lighting, dock levelers and bumpers and roll-up and sliding garage doors.
10. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment.
11. The Contractor shall complete roofing system investigations and repairs.
12. The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system.
13. The Contractor shall maintain kitchen/concessions area drains.
14. The Contractor shall maintain conveying equipment, parking control equipment.
15. Contractor is responsible for the labor to update/install software/firmware, when necessary, to latest revision and update software licenses for BAS controls only. The Contractor is responsible for keeping the systems operating properly.
16. Sanitary sewage equipment and systems, including kennel waste interceptors.
17. Domestic water filtration/pumping and fire supply tank systems.


The result of this market research will contribute to determining the method of procurement, including type of small business set-aside. NO LARGE businesses need to respond to this notice. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred associated to this request for capability information.


If your organization has the potential capacity to perform these contract services, please provide the following information:


(1) A complete and current record of your System for Award Management (SAM) information which includes DUNS number, Organization name, address, contact name, email address, Web site address, telephone number, type of organization, small business type(s).


(2) A capability statement supporting claims of organizational and staff capability to perform Operations and Maintenance services described herein and ability to provide environmentally-responsible solutions inclusive of initiatives to conserve energy and water consumption, recycling programs, meeting or exceeding specific environmental, regulatory, or performance standards, and the utilization of green products and services.


(3) A list of Operations & Maintenance contracts and associated federal customers with a minimum value over $250,000 per year performed within the last 5 years. Include whether the services performed are in multiple-buildings, multi-story buildings, LEED certified buildings, courthouses, high-security areas, office buildings, and/or judicial offices. Also include the size of facilities (i.e., aggregate square feet. Please include the size range [smallest sq ft - largest sq ft] of the facilities as applicable). A point of contact (Building/Property Manager, Contracting Officer, etc) to each identified contract related to item (3) above. Please provide the name, title, agency (or like concern), telephone number, email address, and physical address with the associated contract.


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 and no more than four (4) pages. The SAM record does not count toward the 4 page minimum.


Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. However, GSA may contact sources to gather additional information as required.


Submission Instructions: Interested parties, excluding large businesses, who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 3:00 PM (CDT) March 21, 2019. All responses under this Sources Sought Notice must be emailed to antwoine.griggs@gsa.gov.


 



ANTWOINE GRIGGS, CONTRACT SPECIALIST, Phone 682-360-8001, Email antwoine.griggs@gsa.gov - BRANDY THOMAS, Contracting Officier, Phone 817-850-5595, Email brandy.thomas@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP