Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 09, 2011 FBO #3637
SOLICITATION NOTICE

S -- This project is for a firm fixed-price contract for Janitorial Services at the Cleveland Hopkins International Airport – Various TSA locations, 5300 Riverside Drive, Cleveland, Ohio 44135

Notice Date
11/7/2011
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Management Division- Ohio Service Center, General Services Administration, Public Building Service, 201 Superior Avenue, Cleveland, Ohio, 44114, United States
 
ZIP Code
44114
 
Solicitation Number
GS05P12SLD0010
 
Archive Date
11/25/2011
 
Point of Contact
Jonathan A Rubin, Phone: 5132464413
 
E-Mail Address
jonathan.a.rubin@gsa.gov
(jonathan.a.rubin@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation # GS05P12SLD0010 Description The following work will be performed at the Cleveland Hopkins International Airport - Various TSA locations, 5300 Riverside Drive, Cleveland, Ohio 44135 Project Summary Description: This project is for a firm fixed-price contract. The project includes, but is not limited to, the following: The Contractor shall furnish all personnel, labor, equipment, material, tools, supplies, supervision, management, and services, except as may be expressly set forth as Government furnished, and otherwise do all things necessary to or incident to providing janitorial and related services. The total square footage to be cleaned is 5243 square feet. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, and City laws, and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to Occupational Safety and Health Act (OSHA) and NIBS. After award, the successful offeror will be given a written Notice to Proceed, and shall provide contractual services for a 1 year period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about April 1, 2012. The Government shall have the unilateral option of extending the term of this contract for 4 consecutive additional periods of 1 year each. This procurement will be a small business set-aside. Woman owned, Veteran owned, Service Disabled Veteran owned, HUBZone and Small Disadvantaged businesses are encouraged to submit an offer. The North American Industry Classification System (NAICS) code is 561720 with a size standard of $16.5 million. This is a negotiated procurement. Best Value method will be used to determine the awardee. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and provides the best value to the Government based on the evaluation factors. The evaluation factors to be used are total evaluated price and past performance. Past performance is significantly more important than price. As proposals become more equal in terms of past performance, the total evaluated price becomes more important. Proposals will be opened privately. Request for Proposals will be available on or about November 21, 2011. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. FedBizOpps is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. It is fully integrated with other electronic government initiatives such as the Central Contract Registration (CCR) database, and is available for use by all Federal agencies. In order to obtain information from FedBizOpps, you will first be required to register with CCR. The Central Contractor Registration database is a part of the Business Partner Network, an e-gov initiative, and will be used to validate vendor identity. Effective October 1, 2003, all government contractors must be registered in CCR prior to receiving an award. You may access CCR at the following URL www.bpn.gov. Once you have registered with CCR you will be required to register with FedBizOpps. No federal materials can be downloaded until you have registered under both sites. You may access FedBizOpps via the following URL https://www.fbo.gov. At a minimum all vendors must supply the following information: Your Company's Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) (You can get this from your Company's, CCR Point of Contact) Your Company's DUNS Number or CAGE Code (Contact Dun & Bradstreet at 1-800-333-0505 if you do not have a D&B Number),Your Telephone Number, Your E-Mail Address. Also, beginning January 1, 2005, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Application (ORCA) in federal solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR required representations and certifications previously found in solicitations. With ORCA, you now have the ability to enter and maintain your representation and certification information, at your convenience, via the Internet at http://orca.bpn.gov. Potential offerors should refer to the solicitation package regarding instructions involving the use of ORCA. Potential offerors will be responsible for downloading the solicitation and monitoring the Federal Business Opportunities website for amendment(s), if any, to the solicitation. Offer due date and time for receipt of proposals will be posted in the solicitation. All offers and requests must be submitted to General Services Administration, Public Buildings Service, Ohio Property Management Service Center, Attn: Jonathan Rubin, 100 East Fifth Street, Room 208, Cincinnati, OH 45202. Any questions regarding this notification should be directed to the Contract Specialist, Jonathan Rubin, at Jonathan.A.Rubin@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PT2/GS05P12SLD0010/listing.html)
 
Place of Performance
Address: Cleveland Hopkins International Airport – Various TSA locations, 5300 Riverside Drive, Cleveland, Ohio 44135, Cleveland, Ohio, 44135, United States
Zip Code: 44135
 
Record
SN02619304-W 20111109/111107234532-db078816e12a86ef16fbf1bb97ba0e96 (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.