SOLICITATION NOTICE
S -- JANITORIAL SERVICES, TSA SHELBY COUNTY, MEMPHIS, TENNESSEE - (Draft) - (Draft) - (Draft) - (Draft) - (Draft)
- Notice Date
- 2/26/2009
- Notice Type
- Presolicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Management Division (4PM)*, 401 West Peachtree Street, Suite 2416, Atlanta, Georgia, 30308
- ZIP Code
- 30308
- Solicitation Number
- GS-04P-09-EW-D-0076
- Archive Date
- 4/30/2009
- Point of Contact
- Dee O Henderson,, Phone: 404-331-9792
- E-Mail Address
-
dee.henderson@gsa.gov
- Small Business Set-Aside
- Total Small Business
- Description
- SpecfronTSAMemphis GS04P09EWD0076WageDetermination GS04P09EWD0076SectionI A contract is required for Janitorial Services for TSA, Shelby County Airport, Memphis, TN. The contractor shall provide all supervision, labor, subcontractors, materials, supplies and equipment (except as otherwise provided), and shall plan, schedule, coordinate and assure effective completion of all services. The contractor will determine how much labor is needed to perform the tasks, what methods will be used to complete the job and which supplies, materials and equipment are needed. The determination of the total daily productive man-hour requirements to meet all quality requirements is the sole responsibility of the Offerors. The work shall be performed during two (2) shifts, 7 seven days a week and within the specified time periods. The contractor shall maintain the space, including outside areas (if applicable) in clean condition. Normal working hours of building occupants are 4:00 am thru 9:00 pm. Time of service should be coordinated with the TSA manager. Approximately 4,851 square feet of space requires cleaning during normal working hours. All cleaning shall be accomplished utilizing the latest technology, products, equipment, industry practices, specifications and recommendations in order to acheive the quality standards. Contractor cleaning crew must be able to obtain and maintain an airport SIDA badge at their cost to access secure areas without escort. Cost is approximately $50 per individual. The Contractor will ensure that all work required by this contract be satisfactorily supervised. The Contractor shall provide sufficient onsite supervision as is essential to carry out all the terms and conditions of this contract. JANITORIAL SERVICES (1) DAILY: Empty all trash receptacles and clean all ashtrays. Spot sweep floors and spot vacuum carpets. Sweep and damp mop all tile floors. Dispose of all trash and garbage generated in or about the space. Empty trash in all break rooms throughout the day as needed. Break room primary surface counter tops, sinks, and tables are to be cleaned daily. Primary surface areas are to be dusted weekly to include break room lockers. Wash inside and out or steam clean cans used for collection of food remnants from snack bars and vending machines. Dust horizontal surfaces that are readily available and visible require dusting. Remove carpet stains. Liner bags shall be replaced daily. Clean glass entry doors to Government's occupied space. (2) THREE TIMES A WEEK: Sweep all tile floors and vacuum carpet (3) WEEKLY: Damp mop and spray buff all resilient floors. (4) EVERY TWO WEEKS: Damp mop and spray buff hard and relilient floors in office space (break room daily). (5) MONTHLY: Thoroughly dust furniture. Completely sweep and/or vacuum carpets. Sweep storage space. Spot clean all wall surfaces within 70 inches of the floor. (6) EVERY TWO MONTHS: Shampoo all entrance area carpet. (7) THREE TIMES A YEAR: Dust wall surfaces within 70 inches of the floor, vertical surfaces and under surfaces. (8) TWICE A YEAR: Wash all interior and exterior windows (8 ea) and other glass surfaces. Strip and apply four coats of finish to resilient floors. (9) ANNUALLY: Wash all venetian blinds (8 ea) and dust 6 months from washing. Vacuum or dust all surfaces in the space above 70 inches from the floor. Strip and refinish floors in offices. Shampoo carpets in all offices areas. The contract will consist of a Base Period with 4 Option Periods. The required service wil be procured as a 100% Small Business Set-Aside Competitive. The proposals will be evaluated using Lowest Price Technically Acceptable procedures. The contractor will submit two proposals. Each proposal shall contain the offeror's best technical proposal and their best proposal price. Part One will be the Technical Proposal. Part Two will be the Price Proposal. The factors that will be evaluated is Experience and Past Performance. All factors are evaluated using the Go/No Go decisional rule. A proposal will receive a Go, Acceptable Rating, if the proposal meets all aspects of the standard for evaluation. A proposal will receive a No Go, Unacceptable Rating, if one or more elements of the offeror's proposal does not meet the minimum requirement of the standard of evaluation. Evaluation of price proposals will be based on the realism and reasonableness of the proposed price. The contract will be firm fixed. CONTRACTUAL QUESTIONS: Dee Otis Henderson, Phone 404-331-9792 Cell 404-520-8126 Email dee.henderson@gsa.gov TECHNICAL QUESTIONS: Charles King Phone 404-331-3121 Cell 404-433-8459 Email charles.king@gsa.gov
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ce816fb783ddfc2b28216b76f693949&tab=core&_cview=1)
- Place of Performance
- Address: TSA Shelby County Airport, Memphis, TN, Memphis, Tennessee, United States
- Record
- SN01757692-W 20090228/090226220215-8ce816fb783ddfc2b28216b76f693949 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |