Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2009 FBO #2828
MODIFICATION

M -- Custodial Bin Recycling and Snow Removal Services - Amendment 1 - Questions Answers

Notice Date
8/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA08R0076
 
Archive Date
10/13/2009
 
Point of Contact
Rosalind M. Hicks, Phone: 703-875-7264, JoAnn B Carroll, Phone: 703-875-6038
 
E-Mail Address
hicksrm2@state.gov, carrolljb@state.gov
(hicksrm2@state.gov, carrolljb@state.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Revised Pricing Schedule Updated Building Specifications Updated Cleaning Specifications Questions and Answers 1449 Solicitation Amendment A001 Solicitation No. SAQMMA08R0076 is amended (#A001) to incorporate the following changes: 1.Revised Pricing schedule to remove Building SR-1 from the requirement, SEE ATTACHMENT 2.Replace Child Care Cleaning Requirements at SA-1 Per mandatory GSA Custodial Specification, SEE ATTACHMENT 3.Update attachment 5, Building Specifications for DOS Annexes SA-1, SA26 and SA-31, SEE ATTACHMENT 4.Include Information on Site Visit for DOS facilities, SA-1, SA 26 and SA 33 5.Clarify section 2.18- Special Contract Requirements regarding Security Clearances 6.Correct Evaluation Factor Information for TAB/FACTOR 1: SECURITY REQUIREMENTS 7.Extend proposal submittal Due Date to September 28, 2009. #4 - Site Visit The Contracting Officer’s Representative (COR) will conduct a tour of DOS Annexes for all prospective offerors for reference solicitation SAQMMA08R0076 The SITE VISIT will be held for the purpose of providing information concerning the Government's requirements which may be helpful in the preparation of proposals and for gathering any questions regarding this solicitation. Attendance at the SITE VISIT is recommended; however, attendance is not a prerequisite for proposal submission and will not be considered a factor in proposal evaluation. Each prospective offeror will be limited to a total of two (2) representatives. Because of space limitations and security concerns, Prospective of offerors shall register with the Contracting Officer via e-mail at HICKSRM2@STATE.GOV by 2:00 pm., August 27, 2009, if they plan to attend. The notice shall specify the names of the attendees, Social Security Number, Date of Birth and Company Name. NOTE: All prospective Offerors should bring a photo ID card; Only registered offerors will be permitted in DOS Secured Facilities.. SA-26 – BIMCDate: September 9, 2009 – 9 am 8108 O’Dell StreetPlace: Guards Gate Beltsville, MD 20522 •Prospective offerors must be at the Guards Gate, no later than 15 minutes before tour begins. SA-33 – ICCDate: September 10, 2009 - 8am Federal Building Place: Front Desk 3507 International Place NW Washington, DC 20008 SA-1 – Columbia Plaza Date: September 10, 2009, 10 am 2401 E Street, NW Place: Loading Dock Area Washington, DC 20037 Upon completion of the Site Visit, you are requested to e- mail written questions concerning any areas of uncertainty which, in your opinion, require clarification or correction, by 3:00 pm, September 11, 2009. Questions should be submitted via email to hicksrm2@state.gov. The subject should be marked Site Visit, RFP No. SAQMMA08R0076. A set of questions and answers will be furnished to all prospective offerors whether or not they are in attendance. #5 Special Contract Requirements regarding TOP SECRET FACILITY CLEARANCE REQUIREMENT: A. SA-26 (Beltsville Information Management Center) ALL CUSTODIAL PERSONNEL PROVIDING SERVICES IN THESE FACILITIES SHALL HOLD INDIVIDUAL TOP SECRET CLEARANCES. AS A RESULT, THE CONTRACTORS SUBMITTING PROPOSALS SHALL HAVE A TOP SECRET COMPANY FACILITY CLEARANCE WITH THE DEPARTMENT OF STATE AT TIME OF AWARD B. SA-1 (Columbia Plaza). ALL CUSTODIAL PERSONNEL PROVIDING SERVICES IN THIS FACILITY SHALL HOLD INDIVIDUAL SECRET CLEARANCES. SECURITY REQUIREMENTS (09/99) ALL CONTRACTORS SUBMITTING A PROPOSAL SHALL HAVE A TOP SECRET FACILITY CLEARANCE AT TIME OF AWARD #6 Correct Evaluation Factor Information for TAB/FACTOR 1: SECURITY REQUIREMENTS to read as follows: TAB/FACTOR 1: SECURITY REQUIREMENTS PASS OR FAIL– This Factor will determine that the Offeror has the necessary current licenses and comparable service experience (within the past 3 years), to convince the Technical Panel to proceed with the evaluation of the Offerors technical proposal. The offeror selected for this contract shall possess the required Top Secret (TS) facility security clearance at time of award. This critical pass or fail standard. No scoring points are assigned. If the offeror does not meet hold the necessary TS clearance, the DOS will not perform any further evaluation of the offeror’s technical proposal, and the technical proposal will be will be determined to be unacceptable, and not in the competitive range
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA08R0076/listing.html)
 
Place of Performance
Address: United States Department of State, 2201 C Street. NW, Washington, District of Columbia, 20520, United States
Zip Code: 20520
 
Record
SN01919211-W 20090822/090820235827-18464b182ffa00c2fba3f45019dcb868 (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.