MODIFICATION
S -- Custodial Services- JBER - Draft RFP
- Notice Date
- 4/21/2016
- Notice Type
- Modification/Amendment
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
- ZIP Code
- 99506-2500
- Solicitation Number
- FA5000-16-R-0009
- Archive Date
- 5/6/2016
- Point of Contact
- Christina M. Wolf, Phone: 907-552-3969, Nick Tapp, Phone: 907-552-5870
- E-Mail Address
-
christina.wolf.4@us.af.mil, nicholas.tapp@us.af.mil
(christina.wolf.4@us.af.mil, nicholas.tapp@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DRAFT Past Performance Questionnaire DRAFT Technical Exhibit Draft Pricing Worksheet DRAFT PWS SCA Rates CBA DRAFT 1449 The 673d Contracting Squadron is contemplating an award for Custodial Services for facilities located on Joint Base Elmendorf Richardson, JBER, Anchorage, Alaska. Sources Sought was pr eviously advertised under solicitation number FA5000-16-R-0009, JBER Custodial Services. (Note: the description contained within this synopsis is a summary of the required services and is not intended to be all-inclusive.) The proposed contract will provide custodial services at approximately 146 buildings and estimated 646K square feet located at JBER, AK. Major categories of work include general custodial services, categorized by the customer as Level I, Level II, and Level IV services. The contract also includes "unique requirements" for the Child Development Center (CDC), Youth Center, and Fitness Center (Level IV facilities) due to public health and sanitation reasons. The contractor is required to supply and replenish all soap, soap bottles if the dispenser is inoperable, paper products, and garbage bags under this contract. Facial tissue and body wash is specifically excluded. Services shall be performed in accordance with a Performance Work Statement (PWS) incorporating commercial standards and practices, as well as Air Force Instructions, and state and federal regulations. The level of effort and materials required to clean specified buildings and specific types of space within the buildings will vary. The following classifications shall be used in the PWS to describe the work to be performed: a) Level 1 (Prestige) Services b) Level 2 (Basic) Services c) Reserved d) Level 4 (Special Requirements - CDC, Youth Center, Fitness Center and JPRA) Services Basic custodial services are those services pertaining to basic cleaning (damp/dust mop, sweep, vacuum floors, spray buff, spot clean floors/rugs/carpet, remove trash, clean glass, clean drinking fountains, clean walk-off mats, clean and re-supply restrooms/ locker rooms/saunas and showers, etc.) Restrooms, locker/changing areas and showers must look, smell, and be cleaned according the standards set forth in the PWS. Dispensers shall be full, fixtures clean and spot free, partitions dust free, counters soil free and dry, and the floors litter free, spot free, and dry. The performance period for this service will be one (1) year base period from 1 February 2017 through 31 January 2018 and 4 (one-year) option periods from 1 February 2018 thru 31 January September 2022. All labor, vehicles, equipment, tools, materials, supervision and other furnished property and services except as specified in the contract as Government Furnished Property/Services will be provided by the contractor. A Fixed Price contract is contemplated. This acquisition will be a competitive total small business set-aside. The applicable North American Industry Classification System (NAICS) code is 561720, Janitorial Services, with a small business size standard of $18,000,000. It is anticipated the solicitation will be issued electronically on or about 15 May 2016 on the Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-16-R-0009/listing.html)
- Place of Performance
- Address: Joint Base Elmendorf-Richardson (JBER), Anchorage, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN04091590-W 20160423/160421234813-77c9e3b62653669bb21d3b5bf3be2195 (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 |