MODIFICATION
S -- Custodial Services- JBER
- Notice Date
- 5/11/2016
- 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
- Response Due
- 6/27/2016 12:00:00 PM
- Archive Date
- 7/12/2016
- 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
- The 673d Contracting Squadron is soliciting to award a contract for Custodial Services for facilities located on Joint Base Elmendorf Richardson, JBER, Anchorage, Alaska. Draft RFP & Sources Sought was previously 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 contract will provide custodial services at approximately 160 buildings and estimated 710K 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. This is a Fixed Price contract. This acquisition is 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. The solicitation will be only issued electronically on Federal Business Opportunities web page at http://www.fbo.gov. Paper copies will not be available. 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/ SITE VISIT INFORMATION A pre-proposal conference/site visit will be held at Joint Base Elmendorf -Richardson (JBER) on 24 May 16 to start promptly at 9:00 AM Alaska Daylight Standard Time (ADST) in Room 350, 3rd floor conference area of the Contracting building, 10480 Sijan Ave. on JBER. The purpose of the conference is to familiarize all offerors with the terms and conditions of the solicitation and to discuss all aspects of the contract specifications and the performance standards contained therein. The pre-proposal conference will be followed by a site visit to include a tour of all the applicable facilities (however a few secure buildings we will be unable to go into): The conference and site visit should be concluded by 1600 PM ADST on 27 May 16. All costs associated with attending the pre-proposal conference/site visit shall be borne by the offeror. ALL PROSPECTIVE OFFERORS ARE URGED TO ATTEND THIS CONFERENCE. If a contractor is not at the designated start location above by 9:00 AM (ADST), there will not be a future site visit. All contractors, including those that have access to Joint Base Elmendorf-Richardson (JBER), wishing to participate in the site visit shall provide the attached Base Access Form for one (1) individual to attend. No more than one (1) individual per contractor.
- 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), 10480 Sijan Ave Ste 240, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN04112627-W 20160513/160511234124-2290a097e5529b8a3deb9788148e4e68 (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 |