Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2015 FBO #4958
SOLICITATION NOTICE

S -- Custodial Services for PAFB and CMAFS - FA2517-15-R-5004 Solicitation

Notice Date
6/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-15-R-5004
 
Archive Date
8/6/2015
 
Point of Contact
Jeremy Rash, Phone: 7195562195, TINA A. CROSBY, Phone: 7195568531
 
E-Mail Address
jeremy.rash@peterson.af.mil, TINA.CROSBY.3@US.AF.MIL
(jeremy.rash@peterson.af.mil, TINA.CROSBY.3@US.AF.MIL)
 
Small Business Set-Aside
HUBZone
 
Description
Custodial Solicitation FA2517-15-R-5004 CMAFS Square Footage 14 Apr 2015 PAFB Square Footage 14 Apr 2015 Consent Letter 14 Apr 2015 Client Authorization Letter 14 Apr 2015 Quality Assurance Surveillance Plan (QASP) 14 Apr 2014 Past Performance Questionnaire 14 Apr 2015 Collective Bargaining Agreement (CBA) 30 Jan 2014 Workload Estimate 20 Apr 2015 Wage Determination 22 Dec 2015 Price List 20 Apr 2015 PWS 14 Apr 2015 The 21st Contracting Squadron at Peterson AFB, CO hereby releases the custodial solicitation in accordance with FAR 15.205. The Government is soliciting for the award of one Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Competition will be limited to HUBZone firms with the assigned NAICS. The NAICS for this acquisition is 561720, with a size standard of $18.0M. The government budget for the five-year ordering period (estimated 1 Sep 2015 - 31 Aug 2020) is estimated at $9,999,000.00. Typical task orders (TOs) will consist of custodial services at the locations listed above. Individual, firm-fixed price TOs will be issued using pricing provided on the offerors price list. The performance period of this contract shall consist of one, five-year ordering period; options will not be included. The Contractor shall provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed at Peterson Air Force Base (PAFB) and Cheyenne Mountain Air Force Station (CMAFS) Colorado, in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance. The services to be performed include: perform special cleaning for Child Care Facilities, Medical Facilities, Fitness Centers, Administrative Areas, Emergency Clean-up/Response and Distinguished Visitor Area Cleaning. Custodial service at Peterson Air Force Base is subject to Collective Bargaining Agreement (CBA) with the Industrial, Technical and Professional Employees Union (ITPEU AFL-CIO). The CBA will not be applicable to services provided at Cheyenne Mountain Air Force Station. The successful contractor will be required to comply with Section 4(c) of the Service Contract Act and will be required to pay wages and fringe benefits to service employees at least equal to those agreed upon by predecessor contractor. NOTE: see FAR 52.222-41-Service Contract Labor Standards and FAR 52.222-43-Fair Labor Standards Act and Service Contract Labor Standards, for further information. This is a competitive acquisition to be evaluated in accordance with the evaluation criteria outlined in the solicitation. A Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded. The Government will utilize a tradeoff source selection process. Technical capability will be assessed on acceptable/unacceptable criteria. The Government's tradeoff process will be a decision based on past performance and price where past performance is approximately equal to price. Contract teaming is encouraged as prescribed under the SBA rules for Joint Ventures, Prime Contractor/Sub Contractor arrangements and the SBA, AF, or DOD Mentor-Protégé Procedures. Potential offerors are responsible for monitoring FedBizOpps to determine relevant acquisition dates. Offerors shall respond to any amendments to the solicitation. All prospective contractors must be registered in the System Awards Management System (SAM) and Wide Area Workflow (WAWF) in order to be eligible for award. All applicable solicitation documents are included in this posting. A site-visit of PAFB and CMAFS will take place on Tuesday, 7 July 2015. All attendees will meet at the visitor's center outside the PAFB west gate NLT 0800 7 Jul 2015. The government will provide transportation to the different facilities at PAFB and CMAFS. Attendees will tour PAFB in the morning with lunch en route at the PAFB Base Exchange (BX), followed by an afternoon tour at CMAFS. Attendees should plan on returning to PAFB no earlier than 4:00 P.M., 7 Jul 2015. No communication devices, recording equipment or electronic media will be allowed in designated secure areas. Attendees will be notified the day of the site visit which buildings will be toured and which buildings are designated as secure areas. Contractors should plan on using pen and paper for note taking in the designated secure areas; however, hand held calculators are allowed in secure areas. Contractors will be required to leave unauthorized items on the bus while touring designated secure areas. Due to security control, NO late requests or substitutes will be allowed to participate in the site visit. Contractors are required to provide the following by 12:01 P.M. local time on 30 Jun 2015 in order to attend the site visit: *NOT TO EXCEED ONE (1) ATTENDEE PER OFFEROR: Last Name First Name, MI SSN DOB Place of Birth Citizenship Company Address City and State Position within Company Contact Information Doe Tim, A. 123-45-6789 8 May 1964 Elko, NV USA ABC Cleaning 200 Y Street Denver, CO General Manager T@gmail.com 303-555-8000 Questions or requests for information (RFI) from the site visit are due no later than 12 July 2015, 4:00 P.M. local time. Offerors are encouraged to inspect the site where the work will be performed. NOTE: THIS WILL BE THE ONLY SITE VISIT HELD FOR THIS SOLICITATION. Additional requests for site visits will not be entertained. Firms participating in the site visit will not be directly compensated for their participation. Additional documents attached to this solicitation are the following: Attachment 1 PWS Attachment 2 PRICE LIST Attachment 3 WAGE DETERMINATION Attachment 4 WORKLOAD ESTIMATE Attachment 5 CBA Attachment 6 PAST PERFORMANCE QUESTIONNAIRE Attachment 7 QUALITY ASSURANCE SURVEILLANCE PLAN Attachment 8 CLIENT AUTHORIZATION LETTER Attachment 9 CONSENT LETTER Appendix A1 PAFB SQUARE FOOTAGE Appendix A2 CMAFS SQUARE FOOTAGE *Floor Plans and Maps will be provided to the awardee at the time of award as stated in the Performance Work Statement. Solicitation issue date is 19 June 2015 and closing date is 22 July 2015, 12:01 P.M. local time. Paper copies of this solicitation will not be provided. Any future solicitation information, if released, may be obtained through the above referenced website and the solicitation number. The Government plans to use the Federal Business Opportunities (FBO) website and e-mail as the primary means of disseminating and exchanging information. Any questions relating to this solicitation must be submitted in writing, via email ONLY, to the following: Jeremy Rash, Jeremy.Rash@us.af.mil Tina Crosby, Tina.Crosby.3@us.af.mil Troy Thomas, Troy.Thomas.11@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-15-R-5004/listing.html)
 
Place of Performance
Address: 580 Goodfellow Street, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03770460-W 20150621/150619234943-54441ae525c2b10cd147d6b2e9e42e69 (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.