Federal Bid

Last Updated on 20 Mar 2019 at 8 AM
Sources Sought
Los indios Texas

Operations and Maintenance Services in Brownsville, TX

Solicitation ID GS09P19DBROWNSVILLE
Posted Date 22 Feb 2019 at 5 PM
Archive Date 20 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pbs R7
Agency General Services Administration
Location Los indios Texas United states
Solicitation Number:
GS09P19DBROWNSVILLE
Notice Type:
Sources Sought
Synopsis:

The General Services Administration, Public Buildings Service, Region 7, is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support Operation and Maintenance services in Brownsville, Texas. Services will be provided at the following locations:
U S Federal Building/U S Courthouse, 600 East Harrison, Brownsville, TX, Building #: TX0316ZZ, with a gross area of 195,870 sq ft.

Gateway Border Station, 1500 East Elizabeth Street, Brownsville, TX, Site #: 07020813, with a gross area of 85,736 sq ft.
To include outbound canopy TX0692BN not within Property line

B & M Border Station, 1300 Mexico Blvd., Brownsville, TX, Site #: 07020835, with a gross area of 54,451 sq ft.
To include outbound canopy TX0572BM not within Property line

Los Indios Border Station, 100 Los Indios Blvd., Los Indios, TX, Site #: 07020842, with a gross area of 117,024 sq ft.
To include outbound canopy TX0571LI not within Property line

Los Tomates Border Station, 3300 South Expressway 77/83, Brownsville, TX, Site #: 07020834, with a gross area of 141,084 sq ft.
To include outbound canopy TX0573LT not within Property line

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 and all listed outbound canopies not within the property line, to include the following:

1. Electrical systems and equipment.
2. Mechanical, plumbing, energy management control systems (EMCS) equipment, BAS systems and equipment, heating ventilation and air conditioning (HVAC) systems and equipment.
3. Fire protection and life safety systems and equipment.
4. All control systems that are within the scope of this contract.
5. Architectural and structural systems, fixtures, and equipment within the site (to include existing easements and right of ways).
6. Service call desk operations, to include record keeping using a computerized maintenance management system (CMMS) as well as other administrative functions.
7. Maintenance of landscape irrigation systems.
8. Locks, keys, keycard systems, keycard panels and associated equipment, cipher locks, combinations locks, and including but not limited to all permanent safety fixtures such as perimeter planters.
9. Dock levelers.
10. Domestic water equipment and systems
11. Water treatment equipment and systems
12. Sanitary sewage equipment and systems
13. Storm drainage equipment and systems
14. Reporting of elevator problems and service calls to the Contracting Officer's Representative.
15. All flags, flagpoles and all associated equipment and systems.
16. Kitchen appliances and equipment
17. Roof and Roofing systems.
18. Parking, Parking Surfaces, striping, numbering, signage, directional traffic flow indicators and associated equipment and systems.
19. Building directory board equipment and systems
20. Building signage.

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 5, 2018. All responses under this Sources Sought Notice must be emailed to [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Jan 2013 at 3 PM
Location Unknown 10 Jun 2019 at 3 PM
Texas 13 Oct 2022 at 4 AM
Brownsville Texas 15 Mar 2016 at 4 PM

Similar Opportunities

El paso Texas 14 Jul 2025 at 8 PM
El paso Texas 14 Jul 2025 at 8 PM
El paso Texas 14 Jul 2025 at 8 PM
El paso Texas 14 Jul 2025 at 8 PM
El paso Texas 14 Jul 2025 at 8 PM