SOLICITATION NOTICE
S -- Janitorial Services - Draft PWS and Preproposal Conference/Site Visit Information
- Notice Date
- 11/16/2012
- Notice Type
- Presolicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-13-R-0004
- Point of Contact
- JAMES D KRUGER, Phone: 717-770-6892
- E-Mail Address
-
JAMES.KRUGER@DLA.MIL
(JAMES.KRUGER@DLA.MIL)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Preproposal Conference and Site Visit Information Draft PWS with Attachments DLA Distribution San Joaquin, California has a requirement for a contractor to perform janitorial services which will be advertised under solicitation SP3300-13-R-0004. Hours of operation, along with all required tasks, are delineated in the Performance Work Statement. Janitorial services includes provide all management, tools, supplies, vehicles, transportation, equipment, labor, and applicable licenses, permits, and/or certificates necessary to perform custodial services in approximately 11 warehouses and 20 other buildings at the Sharpe Site and 22 warehouses and 16 other buildings at the Tracy Site at DLA Distribution San Joaquin, located in Tracy and Stockton, California. The Contractor shall incur all costs associated with the performance of this effort. Cleaning services provided shall include a full range of custodial care. This is inclusive of, but not limited to, the following: vacuuming, sweeping, mopping, trash removal, emptying and cleaning public ash trays/urns, washing interior/exterior windows, dusting, disinfecting, descaling, shampooing carpet, stripping and waxing floors, cleaning water fountains, cleaning mirrors and glass, cleaning entryways and mats, cleaning stairways, spot cleaning, metal polishing (i.e., examples include, but are not limited to, water fountains, faucet fixtures), stocking supplies in restrooms and break areas, sanitizing restrooms, and removing cob webs. In addition to all of the cleaning services, the contractor is required to perform spot cleaning on a continual basis. The majority of services will be performed indoors, however applicable tasks will be performed outdoors. The anticipated period of performance for this contract is as follows: YEAR PERIOD OF PERFORMANCE Phase-In 01 June 2013 through 30 June 2013 Base Year 01 July 2013 through 31 May 2014 Option Year 1 01 June 2014 through 31 May 2015 Option Year 2 01 June 2015 through 31 May 2016 Option Year 3 01 June 2016 through 31 May 2017 Option Year 4 01 June 2017 through 31 May 2018 This requirement has been offered to the Small Business Administration's 8(a) program providing for full and open competition after the exclusion of sources under FAR Part 15, Contracting by Negotiation. Contract award will be made on the basis of competition limited to eligible 8(a) firms. It is anticipated that award will be made during May 2013. The North American Industry Classification System (NAICS) code and size standard are 61720 and $16.5 million, respectively. All documented related to this notice will be posted to the Federal Business Opportunities website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations. Incumbent is Hi-Lite/Dependable Service Joint Venture, Contract No. SP3100-08-C-0020. This contract was awarded on June 18, 2009, with a period of performance of five years beginning July 1, 2009. The value of the contract inclusive of all options is $6,019,113.89. It is anticipated that Solicitation SP3300-13-R-0004 will be posted to this site during the week of January 14, 2013. Amendments to the Solicitation will also be posted to this site. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. Interested offerors are encouraged to use the "Register to Receive Notification" function to register as an interested vendor. A preproposal conference and site visit for this procurement is scheduled for January 25 and 26, 2013. Additional information regarding registration for this site visit has been posted with this notification. It is expected that interested offerors will attend the site visit and thoroughly familiarize themselves with the project. NOTE: All offerors MUST be registered in the Central Contractor Registration (CCR) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the proposal being eliminated from consideration for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-13-R-0004/listing.html)
- Place of Performance
- Address: DLA Distribution San Joaquin, Tracy, California, 95304, United States
- Zip Code: 95304
- Zip Code: 95304
- Record
- SN02932527-W 20121118/121116234555-d9766338cd276d5c680deb63d3c9c3c5 (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 |