Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2016 FBO #5431
SOLICITATION NOTICE

S -- Custodial Services for Navy Medical/Dental Clinics, Various Locations, Oahu, Hawaii

Notice Date
10/4/2016
 
Notice Type
Presolicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
N62478 NAVFAC HAWAII ACQUISITION DEPARTMENT 400 MARSHALL RD PEARL HARBOR, HI
 
ZIP Code
00000
 
Solicitation Number
N6247817R2454
 
Response Due
11/17/2016
 
Archive Date
12/19/2016
 
Point of Contact
Julie Shimoda (808) 471-1563
 
E-Mail Address
julie.shimoda@navy.mil
(julie.shimoda@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Custodial Services for Navy Medical/Dental Clinics, Various Locations, Oahu, Hawaii The work includes, but is not limited to, providing custodial services to ensure facilities are clean and sightly. The Contractor shall perform service at various frequencies which include daily services to Exam Rooms, Treatment Rooms, Immunizations, And Consultative Rooms and other clinic locations where patients are seen, checked, treated, consulted, or cared for. Work includes daily damp wiping with disinfectant (wet rag with disinfectant, not plain water), trash collection (daily, more frequent (i.e., every 4 hours) in high volume areas as requested by staff), bathrooms, mopping, water fountains, hallways, laboratory, processing rooms, linen rooms, dental examination areas, procedure suites (medical, gynecology, oral surgery, treatment rooms), patient check-in reception areas/nurses station, patient waiting rooms, office or administrative areas, supply rooms, staff lounge rooms, play room areas, kitchen, elevators, medical records/x-ray records rooms, housekeeping closets and storage rooms, materials management loading docks. Work also includes cleaning furniture, exterior signs/plaques, stairwells, walkway foyers, artificial plants, conference rooms, lunch/break rooms, light fixtures, sinks, ceilings, high dusting, etc. The work also includes low and high area cleaning, interior and exterior windows, window blinds, entrance cleaning, drinking fountains, floor care, Building Perimeter Services, etc. The Contractor shall develop and submit an Annual Work Schedule and Monthly Work Plan for custodial services. The schedule shall clearly indicate the day of performance of each service for each building. The Contractor shall return furniture and other items moved during performance to their original positions. The Contractor shall collect all recyclable material from desk-side recycling containers and/or interior collection points. The Contractor shall respond and complete requests for minor cleaning tasks between scheduled service intervals to ensure spaces and surfaces are clean. Typical unscheduled services include clean-up of overflowed restroom fixtures, spills, bodily fluids, muddy or wet entrances, broken glass, carpet spot cleaning and other similar items. Procurement Method: Contracting by Negotiation. The NAICS Code for this procurement is 561720 and the annual size standard is $18,000,000.00. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. The Government will not synopsize the options when exercised. IDIQ work will be issued via the DOD EMALL, a web-based ordering system, using Government purchase cards. This contract will replace a contract for similar services awarded in 2013 for $1,167,637.68. Information about the current contract and the incumbent contractor (e.g., value of last option exercised, firm name, address, etc.) will be included in the solicitation package. Requests under the Freedom of Information Act are not required for this information. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. Based on market research, there is a reasonable expectation that offers would be obtained from at least two responsible 8(a) concerns. Since the requirement is currently in the 8(a) program, the solicitation will be issued as an 8(a) competitive set-aside. The NAVFAC Hawaii small business office concurs with the set-aside determination. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Proposal receipt date is approximate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N6247817R2454/listing.html)
 
Record
SN04297359-W 20161006/161004234356-8b46464d36e7b43f7428e898a84d2896 (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.