Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2009 FBO #2763
SOLICITATION NOTICE

S -- Custodial Services

Notice Date
6/18/2009
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, MICC Fort Lewis, MICC, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S809R0023
 
Response Due
4/1/2010
 
Archive Date
5/31/2010
 
Point of Contact
Darlene Anderson, 253-966-5681<br />
 
E-Mail Address
MICC, Fort Lewis
(darlene.anderson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Department of the Army, Mission and Installation Contracting Command, Directorate of Contracting, Joint Base Lewis-McChord, Washington, is posting this Request for Information (RFI) in order to conduct market research to formulate an acquisition strategy to support custodial service requirements. Responses are requested from HUBZone, SDVOSB, and 8(a) concerns. The NAICS code is 561720. Fort Lewis has approximately 185 facilities totaling approximately 1,195,504 square feet requiring custodial services. Many of these facilities receive heavy use during the course of a typical day. Facilities range from command offices to training facilities. Hours of function vary from 8 to 12 hours a day and from 5 days a week to 7 days a week. McChord Air Force Base and Fort Lewis are in the process of combining various functions and requirements as a result of the Base Realignment and Closure Joint Basing guidelines, and McChord's facilities and square footage may be added to the requirement in the future. The cleaning frequencies of scheduled custodial services are denoted by the following categories: CategoryCleaning Frequency Category 1Five (5) times per week before, during, and after normal duty hours Category 2Six (6) times per week before, during, and after normal duty hours Category 3Three (3) times per week before, during, and after normal duty hours Category 4Two (2) times per week before, during, and after normal duty hours Category 5Five (5) times per week after normal duty hours Category 6Six (6) times per week after normal duty hours The contractor shall plan, program, administer, manage, and execute the work. The contractor shall provide personnel, management, and other items and services not Government-furnished necessary to perform custodial services that will maintain a safe, satisfactory facility condition and present a clean, neat, and professional appearance. Custodial cleaning includes: cleaning floor surfaces (carpet, vinyl tile, ceramic tile, wood, concrete); cleaning floor mats, stair guards, handrails, wall caps, baseboards, elevator doors, and walls; collecting and disposing of trash from waste receptacles; cleaning glass windows, doors, and mirrors; disinfecting drinking fountains; conducting general spot cleaning; cleaning theater auditorium; dusting; stocking kitchens, break rooms, and restrooms with paper products and soap; cleaning and disinfecting restrooms and locker rooms; and clinical/hospital grade quality cleaning for childcare facilities. Contractor employees who work in childcare facilities when children are present shall pass criminal history background checks. The custodial contractor shall develop and maintain a complete service delivery plan that addresses: the contractors management and operational procedures for performing each cleaning frequency category, performance schedule (days of week, day or night), manning and equipment usage for each task, monitoring plan for each service during the contract, coordination, quality control, purchasing, Government property control, environmental management, and record keeping and reporting. The service delivery plan and services provided shall be consistent with applicable Federal, State and local laws, regulations, codes, technical manuals, manufacturers instructions and recommendations, Army regulations, and acceptable commercial practices. Responses to this RFI shall not exceed ten (10) pages, including cover letter and contact information. Subject response shall contain: company name, contact email address, company DUNS code, type of business (HUBZone, SDVOSB, and/or 8(a) concerns), and a capability statement sufficient to demonstrate capability to perform above custodial services. Responses are due by Monday, June 29, 2009. Please submit e-mail responses to Darlene Anderson at Darlene.Anderson@us.army.mil. You will receive an out of office email reply. Mrs. Anderson will return to work on June 29, 2009. NOTE: This RFI is for planning purposes only. No solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this RFI, and responses to this notice cannot be accepted as offers. Any information that the vendor considers proprietary should be clearly marked as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ25/W911S809R0023/listing.html)
 
Place of Performance
Address: MICC, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA<br />
Zip Code: 98433-9500<br />
 
Record
SN01848916-W 20090620/090618235117-b6a204a157d92e75a06ac8bfea75dcb5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.