SOLICITATION NOTICE
S -- TSA Office Janitorial Services
- Notice Date
- 5/30/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division, Ohio Contracting Team (5P2PQCA), Please consult the notice or Solicitation documents for address information, United States
- ZIP Code
- 00000
- Solicitation Number
- GS-05P-14-SL-D-0050
- Point of Contact
- Rebecca A. Vaccari, Phone: 5132464411, Lisa Michelle Jones, Phone: 312-886-6913
- E-Mail Address
-
rebecca.vaccari@gsa.gov, lisamichelle.jones@gsa.gov
(rebecca.vaccari@gsa.gov, lisamichelle.jones@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description The following work will be performed at the Dayton International Airport, TSA Office, 3600 Terminal Drive, Vandalia Ohio. Project Summary Description: This project is for a firm fixed-price contract. The project includes, but is not limited to, the following: The contractor will be tasked with furnishing all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, and otherwise accomplish all actions necessary to or incident to, provide janitorial services as described herein. Services include interior, Trash Removal, Recycling Services, and Quarterly Window Washing, Quarterly Floor Stripping and Finishing, Sunday through Saturday. This work shall be in accordance with all Federal, State and local standards as well as the most current version of all applicable consensus standards including any supplements or revisions. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to the 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 12 month period commencing on the day specified in the Notice to Proceed. Work under this contract is expected to commence on or about September 1, 2014. The Government shall have the unilateral option of extending the term of this contract for 4 consecutive additional periods of 12 months each. This procurement is open to small business concerns. 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 $7 million. This procurement is a 100% Small Business set-aside. This is a negotiated procurement. Best value method will be used to determine awardee. Evaluation factors will consist of past performance and Total Evaluated Price. Proposals will be opened privately. Request for Proposals will be available on or about June 16, 2014. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps. It is fully integrated with other electronic government initiatives such as the Contractor Performance Assessment Reporting System (CPARS). CPARS is a module within the PBS contract writing system that collects, maintains, and disseminates contractor performance information. You may access FedBizOpps via the following URL https://www.fbo.gov. You will then be required to access the vendor registration. There is a vendor's user guide that walks you through the registration process. 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 and Your E-Mail Address. Also, as required by the Federal Acquisition Regulations (FAR) all vendors will be required to use the Online Representations and Certifications Applications (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. 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, Attn: Rebecca Vaccari, 100 East Fifth Street, Room 208, Cincinnati, OH 45202. Any questions regarding this notification should be directed to the Program Analyst, Rebecca Vaccari at Rebecca.vaccari@gsa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7cc43e4e8e0b4d75bdfc3895675462df)
- Place of Performance
- Address: TSA Office, Dayton Airport, 3600 Terminal Drive, Vandalia, OH., Vandalia, Ohio, 45377, United States
- Zip Code: 45377
- Zip Code: 45377
- Record
- SN03380639-W 20140601/140531021436-7cc43e4e8e0b4d75bdfc3895675462df (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 |