The U.S. General Services Administration (GSA), Public Buildings Service (PBS), is conducting market research on the Federal Acquisition Service's (FAS) Multiple Award Schedule (MAS) Facilities Maintenance and Repair Subcategory 561210FAC (formerly 03FAC) to identify qualified firms who would be interested in submitting proposals for the requirement stated below. In particular, small businesses and socioeconomic small businesses capable of performing the requirement are highly encouraged to respond. The following is a synopsis of the requirement: GSA's PBS in Region 1 (New England) requires Combined Custodial and Facilities Maintenance Services at Land Ports of Entry (LPOE) in Derby Line, Norton, Beecher Falls, Beebe Plains, North Troy, Richford, East Richford, Canaan, and West Berkshire, Vermont. The performance-based work statement (PWS) will require the contractor to provide all management, supervision, labor, materials, equipment, and supplies for the conduct of efficient, effective, economical, and satisfactory operations. The North American Industry Classification System (NAICS) code that corresponds with this requirement is 561210 (Facility Management). The small business size standard is $41.5 million. If this requirement is set-aside for small businesses and socioeconomic small businesses, there will be a limitation on subcontracting, which means that at least 50 percent of the resulting contract's personnel cost shall be expended on prime contractor employees. To assist in developing an acquisition strategy for this upcoming procurement, GSA PBS is issuing this RFI to seek information from current MAS Category 561210FAC contract holders. It is the intent that any subsequent solicitation issued will result in the award of a Blanket Purchase Agreement (BPA) to a MAS Category 561210FAC contract holder, which represents the best value to the Government, technical and price factors considered. It is expected that BPAs will be five (5) to ten (10) years in length, including options. In order to be considered for the BPA, a vendor will be required to have a contract award under the MAS Category 561210FAC schedule. It is expected that each vendor or Contractor Team Arrangement (CTA) will need to have, at a minimum, the following categories: 03FAC (Legacy) SIN Requirements Multiple Award Schedule (MAS) Requirements 811 002 Complete Facilities Maintenance 561210FAC Complete Facilities Maintenance and Management 811 003 Complete Facilities Management 003 97 Ancillary Repair and Alterations ANCRA Ancillary Repair and Alterations 003 100 Ancillary Supplies and/or Services ANCILLARY Ancillary Supplies and Services 03FAC 500 Order-Level Materials (OLMs) OLM Order-Level Materials The DRAFT national master specification is attached to this Request for Information (RFI) so vendors may review the typical services that will be required and determine if they feel they can meet the capabilities and performance requirements outlined. It includes scheduled and unscheduled maintenance and repair of equipment and systems including, but not limited to, the following: 1. Janitorial services (Interior/Exterior) 2. Grounds Maintenance 3. Solid waste removal 4. Recycling 5. Paper and soap dispensing equipment in restrooms 6. Integrated Pest Management Services 7. Exhaust systems 8. Electrical systems and equipment. 9. Mechanical, plumbing, Building Automation System (BAS) where applicable (where BAS/ ECMS systems are connected to the GSA network, the Contractor's employees will need to obtain a GSA ENT account to access systems) and heating, ventilation, exhaust systems and air conditioning (HVAC) systems and equipment. 10. Fire protection and life safety systems and equipment. 11. All Building Monitor and Controls system are within the scope of this contract. These BMC systems may include Building Automation Systems (BAS), Digital Lighting Systems and Public Address Systems, Energy Management Systems or other building controls systems. BMC systems will be connected to the GSA Network and access to these systems will require GSA ENT network credentials (see section C.31.3.1.1 for details). Contractor will be responsible for hardware and software for listed systems excluding computerized operating systems (For example Windows Server 2008, Linux, etc.). Software maintenance must include security patching and minor revision updates as recommended by system installer. A minor revision is an incremental patch or update to the existing software or firmware version with low risk to existing interoperability. 12. Architectural and structural systems, fixtures, and equipment within the site (to the property line). 13. Work Request / Work Order operations as identified in Section C.4.4 to include record keeping using the National Computerized Maintenance Management System (NCMMS). 14. Locks, vehicle barrier systems and static and dynamic bollard systems. 15. Dock levelers and roll-up and sliding garage doors. 16. Storm drainage systems - reduce storm water pollution by minimizing discharges and runoff to the storm sewer system and environment. 17. The Contractor shall complete roofing system investigations and repairs. 18. The Contractor shall maintain and repair U.S. flagpole, lighting and pulley system. including raising and lowering the flag as required by the COR. 19. The Contractor shall maintain kitchen/concessions area drains if applicable. Building Name Building Location Approximate Square Footage Services Beebe Plains LPOE VT0601BP 3136 Beebe Road, Beebe Plain, VT 05855-9998 Total GSF= 3,522 SF, Total RSF=1,839 SF Combined Custodial and Building Operations & Maintenance Beecher Falls LPOE VT0002ZZ 1429 VT State Road 253, Beecher Falls, VT 05902-9998 Total GSF= 9,807 SF, Total RSF=8,644 SF Combined Custodial and Building Operations & Maintenance Derby Line I-91 LPOE (CIB) VT0863BD 107 I91 S, Derby Line, VT 05830-9003 Total GSF= 10,729 SF, Total RSF= 8,954 SF Combined Custodial and Building Operations & Maintenance Canaan LPOE VT0007ZZ 387 VT State Road 141, Canaan, VT 05903-9998 Total GSF= 5,005 SF, Total RSF=3,127 SF Combined Custodial and Building Operations & Maintenance Derby Line I-91 LPOE Main Building VT0861BD 107 I91 S, Derby Line, VT 05830-9003 Total GSF= 10,476 SF, Total RSF= 9,953 SF Combined Custodial and Building Operations & Maintenance Derby Line Rt 5 LPOEVT0651PD 84 Main Street, Derby Line, VT Total GSF= 18,904 SF, Total RSF= 15,506 SF Combined Custodial and Building Operations & Maintenance East Richford LPOE VT0008ZZ 357 Glenn Sutton Road, Richford, VT 05476-9677 Total GSF= 8,751 SF, Total RSF= 6,838 SF Combined Custodial and Building Operations & Maintenance North Troy LPOE VT0756BT 807 VT Route 243, North Troy, VT 05859-9515 Total GSF= 6,032 SF, Total RSF= 4,452 SF Combined Custodial and Building Operations & Maintenance Norton LPOE VT0801BN 115 Rt 147 North, Norton, VT 05907-9998 Total GSF= 7,086 SF, Total RSF= 4,692 SF Combined Custodial and Building Operations & Maintenance Richford LPOE VT0014ZZ 705 Province Street, Richford, VT 05476-9677 Total GSF= 8,148 SF, Total RSF= 6,343 SF Combined Custodial and Building Operations & Maintenance West Berkshire LPOE VT0851BW 7823 West Berkshire Road, West Berkshire, VT 05457-0000 Total GSF= 7,679 SF, Total RSF= 5,379 SF Combined Custodial and Building Operations & Maintenance GSA would expect to make one award under a single solicitation. This is only a request for responsible, technically qualified sources to respond in order to determine the appropriate method of procurement. Interested technically qualified firms should submit detailed Statements of Capability. The Statements of Capability should include detailed reference information and fully address and respond to the following questions: NOTE: Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. Interested vendors are requested to respond to this RFI by 12/10/2021 at 12:00 p.m. EST to tony.schmidt@gsa.gov, with the information outlined below: I. Company Information A. Name of firm B. Point of contact (name, phone number, and email address) C. DUNS number D. Annual Receipts E. Office Location(s) F. Business Size (Large/Small) for NAICS 561210 G. Socioeconomic Category(ies) (8(a), HUBZone, SDVOSB, WOSB) II. GSA Schedule Information A. GSA Schedule Contract Number B. Current period of performance C. Ultimate 20-year contract expiration date D. Continuous Contracts Do you hold a continuous contract or are you in the process of receiving a continuous contract? If so, what is the expiration date? E. List of all SINs awarded under your 03FAC contract III. Capabilities Narrative 1) Provide evidence of successful experience providing custodial and operations & maintenance services for projects of similar duration within the last three (3) years in an office building of a similar size, scope, and complexity. Briefly describe the services performed and how the referenced contract relates to the work described. Indicate whether this experience was performed as a prime contractor or subcontractor. Include information such as building size, dollar value, duration, location, government or commercial requirement, etc. to facilitate making a capability determination for this future requirement. Provide an agency or owner point of contact. 2) Provide a brief narrative describing how you plan on managing multiple buildings simultaneously within the geographic area without compromising cost, timeliness of delivery, and quality of work. 3) Provide a brief narrative describing how you would implement quality control under this contract, including how you would manage subcontractors, to ensure timely delivery of quality work. 4) (For small business concerns) Will your firm provide at least 50 percent of the personnel cost of the contract performance with employees of your concern? 5) Will your firm submit a detailed proposal at a fair and reasonable price for this requirement when it is issued? 6) Are you interested in this opportunity as a prime contractor, or a Contractor Teaming Arrangement (CTA)? 7) If your firm intends to submit a proposal, are any of your Key Personnel and other contemplated staff cleared through the Department of Homeland Security HSPD-12 security process? 8) Indicate whether your firm is small business, small-disadvantaged business, service-disabled veteran-owned, HubZone, Woman-Owned, 8(a) or Large Business. The NAICS code for this procurement will be 561210 (Facility Management) and the small business size standard is $41.5 million. IV. Additional Information 1) Please include any other information and/or recommendations to assist GSA in its structuring of this contract requirement to facilitate competition, its approach to acquiring the services and the manner in which requirements are described for the identified items/services. The capabilities package requested under this RFI is not expected to be a proposal, but rather a short statement regarding the company's ability to demonstrate existing expertise and experience in relation to this requirement. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities package. Submission of a capabilities package is not a prerequisite to any potential future offerings, but participation will assist the GSA in tailoring its requirements to be consistent with industry standards. Statements of Capability must be in writing and are due on 12/10/2021 at 12:00 p.m. EST. Responses are limited to no more than twenty (20) pages, exclusive of any commercial brochures or currently existing marketing material. Questions regarding this notice may be addressed to Tony Schmidt at tony.schmidt@gsa.gov. THIS IS NOT A REQUEST FOR PROPOSALS. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB, or RFP in the future. This notice does not commit GSA to contract for any supply or service. Further, GSA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this RFI. This is for planning purposes only and is a market research tool to determine availability and adequacy of potential business sources. Failure to submit all information requested will result in a contractor not being considered as an interested small business concern. GSA will not pay for any information or administrative costs incurred in response to this notice. The government will not reimburse responders for the cost of the submittals. Submittals will not be returned to the responder. Statements of Capability should be e-mailed to tony.schmidt@gsa.gov.