The RFP Database
New business relationships start here

Operation & Maintenance Service, State of South Dakota


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

Sources Sought Notice for Full Operation & Maintenance Service, State of South Dakota

The General Services Administration (GSA), Public Buildings Service, is issuing this sources sought notice solely for informational, planning purposes and market research in accordance with Federal Acquisition Regulation Part 10. This sources sought is seeking interest from all small business concerns capable and interested in performing and providing full building operation and maintenance services at five (5) federal facilities in South Dakota (cities of Aberdeen, Huron, Pierre, Sioux Falls and Rapid City).

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.


THERE IS NO SOLICITATION AT THIS TIME. All responses will be used to determine the appropriate acquisition strategy for procurement. No Award will be made from this sources sought. A solicitation is not available; therefore, do not request a copy of a solicitation. At this time, GSA is not seeking proposals and will not accept unsolicited proposals. No large businesses need to respond to this notice.


Operation and Maintenance: The contractor must provide operations, maintenance, management, supervision, labor, materials, equipment, and supplies and shall be responsible for the efficient, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of equipment and systems in the buildings. The operations and maintenance will include electrical systems and equipment, including high voltage power distribution equipment and systems, power poles; mechanical, plumbing, energy management control systems, and heating, ventilation, and air conditioning systems and equipment; fire protection and life safety systems and equipment; architectural and structural systems, fixtures, and equipment; service call desk operations to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions; maintenance of landscape irrigation systems; locks, keycard systems, dock levelers; domestic water equipment and systems; water treatment equipment and systems; sanitary sewage equipment and systems, storm drainage equipment and systems; reporting of elevator problems and service calls to the elevator contractor and Contracting Officer's Representative; flags flagpoles equipment and systems; roofs and roofing systems; additional services may be ordered at the discretion of the Government for work relating to the operations, maintenance and repair or upgrade of the buildings.


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

(1) A complete and current record of your System for Award Management (SAM) which includes DUNS number, Organization name, address, contact name, email address, web site address, telephone number, type of organization, small business type (indicate whether your firm is small business, small disadvantaged business, service-disabled veteran owned, HUBZone, Woman Owned, 8(a));


(2) A capability statement supporting claims of organizational and staff capability to perform operations and maintenance services, ability to provide environmentally-responsible solutions and products, and methodology for supervisor/manager ability to hire/fire personnel, purchase needed supplies, materials, and equipment; and


(3) A list of full building maintenance services contracts and associated federal customers with a minimum value of over $200,000 per year. Include whether the operations and maintenance includes multiple-buildings, multi-story buildings, courthouses, high-security areas, office buildings, and/or judicial offices. 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 five pages long. All responses should be typed and legible. The SAM record does not count toward the 5 page minimum. All interested and qualified sources must respond to this office by electronic mail no later than March 31, 2017, at 4:00 pm Central Standard Time to the following contracting personnel: Kristen.feickert@gsa.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 become 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.


Kristen Feickert, Contracting Officer, Email kristen.feickert@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP