SOLICITATION NOTICE
R -- JANITORIAL MARKET SURVEY SERVICES IDIQ, GSA/PBS NORTHWEST/ARCTIC REGION 10
- Notice Date
- 3/15/2014
- Notice Type
- Presolicitation
- NAICS
- 531210
— Offices of Real Estate Agents and Brokers
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Design & Construction Contracting (10PCC), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
- ZIP Code
- 98001-6599
- Solicitation Number
- GS-10P-14-LS-D-0020
- Archive Date
- 5/16/2014
- Point of Contact
- Sue Saucier, Phone: 253-931-7127
- E-Mail Address
-
sue.saucier@gsa.gov
(sue.saucier@gsa.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- JANITORIAL MARKET SURVEY SERVICES, NORTHWEST/ARCTIC REGION 10 GENERAL SERVICES ADMINISTRATION/PUBLIC BUILDINGS SERVICE SOLICITATION NUMBER GS-10P-14-LS-D-0020 This request is being solicited as a Woman Owned Small Business Set-Aside. The size standard determination for this acquisition is based on average annual receipts of not more than $7.0 million over a concern's latest three (3) completed fiscal years. The NAICS Code is 531210, Offices of Real Estate Agents and Brokers. A full solicitation will be posted no later than May 31, 2014. The contract will result in one firm-fixed price indefinite delivery, indefinite quantity (IDIQ) contract to provide Janitorial Market Survey services based on, but not limited to the issuance of task orders for the preparation of surveys collecting data on items such as cleaning costs, restroom restocking, trash hauling, recycling, floor stripping and sealing, washing windows and blinds, pest management control and mitigation cost for buildings managed by GSA Northwest/Arctic Region 10. The geographic coverage of this region includes Alaska, Washington, Oregon, and Idaho. The proposed task orders have an anticipated range between $2,500 and $150,000 with the majority of orders being placed between $15,000.00 and $25,000.00. The maximum contract value for this IDIQ is not-to-exceed $500,000.00. The duration of the base period will be one (1) year. The contract will include a clause for four (4) options, each of which could extend the contract for an additional one (1) year period and may be exercised at the option of the Government. The selected firm must negotiate overhead, profit and hourly rates for anticipated disciplines for use in negotiating fixed priced task orders. Selection to be based upon: 1. Technical Approach/Staffing Plan (25%): Firms's understanding of the requirements, capability of the firm to complete the work, proposed strategy and staffing plan. 2. Key Personnel Qualifications (25%): Firm shall identify key personnel, explain roles and responsibilities, and provide resumes exhibiting qualifications, years of experience, education, and specialized experience. 3. Relevant Project Experience/Past Performance (25% each): Each respondent shall provide relevant similar project examples and references. The government will research PPIRS and other sources of past performance information. The Government evaluation board will review and evaluate all proposals for technical acceptability and will score each factor as Exceptional, Very Good, Satisfactory, Marginal, or Unsatisfactory. Upon completion, the government will conduct a tradeoff assessment and may tradeoff a technically superior proposal at a higher price. The final determination will be made of the proposal that represents the best value to the government. This will be a fully electronic solicitation and no facsimile or hard copy submissions will be accepted. It is recommended that, while viewing the synopsis on FedBizOppos.gov, interested contractors register to receive notification of updates to this acquisition. Direct all inquiries regarding this notification to Sue Saucier, Contracting Officer, 253-931-7127 or sue.saucier@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PDC/GS-10P-14-LS-D-0020/listing.html)
- Place of Performance
- Address: General Services Administration/Public Buildings Service, Facilities Management and Services Programs Division (10PMM), 400 - 15th Street SW, Auburn, Washington, 98001, United States
- Zip Code: 98001
- Zip Code: 98001
- Record
- SN03311980-W 20140317/140315233021-be6bb909a6fee2fc7685f10717834366 (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 |