SOURCES SOUGHT
99 -- JANITORIAL SERVICES AT THE DEER VALLEY ATCT LOCATED IN PHOENIX, AZ.
- Notice Date
- 9/16/2011
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AWP-52 AWP - Western Pacific
- ZIP Code
- 00000
- Solicitation Number
- DTFAWN-12-R-00300
- Response Due
- 9/30/2011
- Archive Date
- 10/15/2011
- Point of Contact
- Elsa Gonzalez, 310-725-7499
- E-Mail Address
-
elsa.gonzalez@faa.gov
(elsa.gonzalez@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original.The Federal Aviation Administration (FAA) Western Service Area, Los Angeles, CA; hereby announces its intent to solicit a Request for Offer (RFO) for janitorial services at the Deer Valley ATCT located in Phoenix, AZ. The solicitation will request pricing for the base period and four (4) option years. The Deer Valley ATCT is comprised of approximately 3,500 feet of floor space and is divided into the following two major areas: The Administrative Area (Approx. 3,000 sq. ft.)This area contains two (2) restrooms, one (1) shower, one (1) elevator, and one (1) break room with a kitchenette. Routine cleaning (dusting, moping, waxing, vacuuming, etc.) must be performed during the normally scheduled administrative hours of 6:00 AM - 4:30 PM, Monday - Friday and 7:30 AM - 3:30 PM during weekends and holidays. ATCT Cab Area (Approx. 500 sq.ft).Routine cleaning must be performed during the normally scheduled administrative hours of 6:00 AM - 4:30 PM, Monday - Friday and 7:30 AM - 3:30 PM during weekends and holidays. The Deer Valley ATCT operates from 6:00 AM - 9:00 PM, seven (7) days per week, including holidays. A detailed and complete scope of work will be provided in the RFO.A tiered evaluation of offers will be used in this source selection. The FAA will evaluate a single tier of offers according to the order of precedence specified in this SIR. Offers from other than small business concerns will only be considered after the determination that an insufficient number of offers from responsible, small business concerns were received. At least two qualified offers in a given tier are required in order to consider an award. If no award can be made at the first tier, the evaluation will proceed to the next higher lettered tier until award can be made. All responsible, competitive offers in a single tier will be considered equally for award. The tiered order of precedence for considering offers is (from first to last):a.)Socially and economically disadvantaged business (SEDB) expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) program.b.)Service-disabled veteran owned small business (SDVOSB), and responsible competitive offers from the previous tier.c.)Very small business and responsible, competitive offers from the previous tiers.d.)Small business and responsible, competitive offers from the previous tiers.e.)Other-than small business and responsible, competitive offers from the previous tiers. Contractors must have an active registration in the CCR before contract award can be made. Contractors can register at: www.ccr.gov The work will be performed in strict accordance with the specifications and contract provisions under the subject contract. Award of a firm-fixed-price contract is being contemplated to a responsible offeror who submits the responsive offer to this requirement. To obtain a copy of the solicitation, interested firms are invited to submit a written request via EMAIL ONLY to elsa.gonzalez@faa.gov with your name, company name, address, and phone number by September 30, 2011. T3.6.1 - Small Business Development Program (Revision 23, April 2009) Small Business Development 5: Bonding Assistance and the DOT Lending Program (Revised 4/2009) a. Firms seeking bonding assistance may refer to www.nasbp.org, which is the website supporting the National Association of Bond Producers (NASP). Users may click the "Find a Producer" link found in the upper right corner of the website, where they then can select the state in which the firm is seeking to qualify for bonding. b. To promote the financial assistance programs available from the Office of Small and Disadvantaged Business Utilization (OSDBU, S-40), procurement teams should add the following information in each public announcement of procurement:"This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." For any inquiries, requests and/or correspondence, please respond to: elsa.gonzalez@faa.gov. The National American Industry Classification System Code for this project: 561720 Janitorial Services
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/WPR/DTFAWN-12-R-00300/listing.html)
- Record
- SN02579562-W 20110918/110916235153-e22a59cc5531ff8b01742a781220579a (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 |