SOLICITATION NOTICE
99 -- Janitorial Service at I-90 District Tracon/Tower/Support Unit, Houston, TX
- Notice Date
- 7/24/2012
- Notice Type
- Presolicitation
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAQ520 ASW - Southwest
- ZIP Code
- 00000
- Solicitation Number
- DTFACN-12-R-00125
- Response Due
- 7/27/2012
- Archive Date
- 8/11/2012
- Point of Contact
- Rebecca Lawrence, 817-222-4337
- E-Mail Address
-
rebecca.lawrence@faa.gov
(rebecca.lawrence@faa.gov)
- Small Business Set-Aside
- N/A
- Description
- PLEASE NOTE: THE ARCHIVE DATE DOES NOT REFLECT SOLICITATION DUE DATE. The Federal Aviation Administration (FAA), Southwest Region is conducting a Market Survey/Request for Information to improve the Government's understanding of the current marketplace and to identify capable sources. Responses to this market survey will be used to develop the Source List to be used when the solicitation for this requirement is issued. This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's market Survey/Request for Information submissions will be solely at the interested vendor's expense. RESPONSE TO THIS MARKET SURVEY: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. The FAA is seeking competent and qualified Small Business Service contractors interested in providing offers for this project. The contractor will be required to provide all labor, materials, supplies and equipment (except government furnished) to perform janitorial services in accordance with the statements of work and with all local, state, and federal laws. The required work will consist of, but is not limited to: Sweeping, Mopping, Waxing, Vacuuming, Washing, and Dusting. 1) This procurement is set aside for Small Business Firms 2) The North American Industry Classification System (NAICS) is 561720 and the small business size standard is $16.5 Million. 3) The estimated offer range for this project is between: $ 500,000 to 1,000,000. 4) A mandatory site visit will be required. The date, time, location, and point of contact will be provided with the solicitation package. 5) The contractor MUST be registered in Central Contractor Registration (CCR) before contract award. Contractors can register on-line at http://www.ccr.gov/. The FAA intends to award a firm fixed price contract. The period of performance will begin 10/01/2012, for a base period of twelve (12) months with four (4) one year option periods. The solicitation package is expected to be available the week of August 13, 2012. To receive a copy, all qualified contractors must submit their request for this package no later than 3:00 pm (CST) August 3, 2012. No request after that date and no verbal request will be accepted. CONTRACTORS MUST MEET THE FOLLOWING GO/NO GO CRITERIA: 1) The contractor must have successfully completed (3) similar projects, both in dollar amount (greater than or equal to $500,000) and scope, on a Life Safety Critical Facility such as a hospital or a similar FAA facility, within the past three (3) years. 2) The contractor must have delivered a quality product in the timeframe established by the contract. 3) The contractor must provide the contract number or project identifier, include a point of contact, and phone number. Contractors must provide the following information: a) Company Name b) Address c) Phone and Fax number d) Point of contact e) Email address f) Business Declaration (See Attachments) g) Document Security Notice to Prospective Offerors (See Attachments) h) Specialized Experience (See Attachments) FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NON-RESPONSIVE. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email at:Rebecca.lawrence@faa.gov, or by fax to:(817) 222-5994. If viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), please visit http://faaco.faa.gov/ for the original. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Notice: 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-own concerns to acquire short-term working capital assistance for transportation -related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at the prime interest rate to provide accounts receivable financing. The maximum line of credit is $750,000. For further information an applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-12-R-00125/listing.html)
- Record
- SN02813161-W 20120726/120724235615-a0596318d737cb38b1df41856cdb7503 (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 |