Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2014 FBO #4530
SOURCES SOUGHT

S -- Main Treasury Building Custodial & Snow Removal Services - Sources Sought Building Specifications

Notice Date
4/18/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
14REFM
 
Archive Date
5/8/2014
 
Point of Contact
Justin C. DeWitt, Phone: 2406138096
 
E-Mail Address
justin.c.dewitt@irs.gov
(justin.c.dewitt@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Building Specifications This Sources Sought Notice is to determine the availability and capability of Small Business Association (SBA) certified 8(a) Small Disadvantaged Business's (SDB), who may also be Service-Disabled Veteran-owned Small Businesses (SDVOSB), Alaskan Native Corporations (ANC) or HUBZone firms, to provide Custodial Services inclusive of snow removal and trash and refuse removal for the Department of the Treasury's Main Treasury and Treasury Annex buildings located at 1500 Pennsylvania Ave., NW, Washington, D.C. 20005. The anticipated period of performance will be inclusive of a base year, October 1, 2014 through September 30, 2015, and (4) 12-month option years. The Internal Revenue Service's (IRS) Office of Treasury Procurement Services (OTPS) is seeking capability statements no longer than 10 pages from firms that are capable of performing the services described in this notice. The tasks of this requirement include cleaning and maintaining historic marble floors that are over 50 years old, carpeting, hardwood floors, and ceramic tile. Cleaning and maintaining entrance floor mats; brass and other ornamental fixtures and handrails; washing inside windows; emptying and cleaning trash cans; cleaning elevator floors, walls, and doors inside and outside. The contractor must clean the outside steps, porticos, plaza, sidewalks and other grounds around the Main Treasury and Annex buildings. Cleaning and maintaining the glass doors, the moat, fitness center, all restrooms and drinking fountains, corridors, stairways and tunnel. Snow and ice removal services and trash and refuse removal services are also required. The contractor must provide a detachable trash container and stationary compactor at each building site. The contractor shall furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, to accomplish all actions necessary to or incident to, perform and provide the work efforts and shall plan, schedule, coordinate and assure effective performance of all custodial and related services (See Building Specifications attachment). The Contractor shall comply with the Building Owners and Manager Association (BOMA) cleaning standards and all applicable Federal, State and local laws, regulations, and codes, including any supplements or revisions. The Contractor shall use green processes, equipment and products that meet Green Seal Product Standards. All interested 8(a) firms shall submit a response including the following: (1) Firms name, address, point of contact, telephone number, and e-mail address; GSA Schedule Number (if applicable); (2) Business size under the North American Industry Classification System (NAICS) 561210 including Proof of 8(a) SDB, SDVOSB, ANC or HUBZone certification (3) Which of the following would you see as your role in the performance of a potential requirement of this nature? (A) Prime Contractor, (B) Subcontractor, or (C) Other (please describe); (4) Provide demonstrated experience by submitting three (3) similar contracts substantially completed within the past five (5) years. A similar contract is defined as one that is comparable in size, scope, complexity and duration to the requirements as defined by this notice. Also, provide a brief description of the work performed and the period of performance. Include names, addresses, telephone numbers and e-mail addresses of references. (5) Please demonstrate that your firm has the personnel necessary (or the ability to obtain them) to perform the type of services sought by this notice and meet the mandatory US Citizenship requirement. In addition, a minimum of at least (1) custodial contractor performing custodial services on-site must have a Secret clearance in order to perform custodial services in the designated Sensitive Compartmented Information Facility (SCIF). The Government will not pay for any information received from this notice. This is not a solicitation or a request for quote and no contract will be awarded from this notice. This posting is for market research purposes only. Large businesses need not respond. Respondents will not be individually notified of the results of any government assessments. Interested parties should send their capability statements, no later than 5:00PM, April 23, 2014, to Justin C. DeWitt, Contract Specialist, at Justin.C.DeWitt@irs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/14REFM /listing.html)
 
Place of Performance
Address: 1500 Pennsylvania Ave., NW., Washington, District of Columbia, 20005, United States
Zip Code: 20005
 
Record
SN03342827-W 20140420/140418234730-5bc5d7223bdd0477e70dff9c27e9f027 (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.