Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
DOCUMENT

S -- FAA CSA Consolidated Custodial Contract Various Locations in IN/IL/MI/NE/WI - Attachment

Notice Date
2/3/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Southwest)
 
Solicitation Number
DTFACN-17-R-00080
 
Response Due
2/7/2017
 
Archive Date
2/7/2017
 
Point of Contact
Jason Fitzgerald, jason.fitzgerald@faa.gov, Phone: 817-222-4911
 
E-Mail Address
Click here to email Jason Fitzgerald
(jason.fitzgerald@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Federal Aviation Administration (FAA), Southwest Region is seeking sources capable of providing various services on a contract with multiple facilities (see list below). Responses will be used to develop the Source List to be used when the solicitation for this requirement is issued. This request is being issued in accordance with FAA Acquisition Management System (AMS) Section 3.2.2.2. JANITORIAL Scottsbluff, NE Grand Island, NE Indianapolis, IN Kalamazoo, MI Waukegan, IL Madison, WI GROUNDSKEEPING Bellevue, NE WATER TREATMENT Indianapolis, IN WEED CONTROL Lincoln, NE* Decatur, IL* Quincy, IL* Jacksonville, IL* Springfield, IL* Peoria, IL Bellville, IL Litchfield, IL Illiopolis, IL Maroa, IL Dalton City, IL (*Multiple sites) All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry to this Sources Sought. Therefore, any costs associated with the vendor ™s submissions will be solely at the interested vendor ™s expense. Response To This Sources Sought: Any information provided in response to this Sources Sought will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. The FAA is seeking competent and qualified 8a Businesses interested in providing offers for this project. 1. This project is a Competitive 8a Set-Aside. 2. The North American Industry Classification System (NAICS) is 561210, Custodial Contractors 3. The total estimated offer range for this project is $1,500,000.00-$2,000,000.00. 4. A site visit to each location will be optional. The date, time, location, and point of contact will be provided upon request. The contractor is to provide all personnel, supervision, materials, equipment, tools, supplies, and any other items necessary to perform the required custodial services in accordance with the facility ™s statement of work, local, state and Federal codes and laws. Required Work will consist of, but is not limited to: 1. Sweeping 2. Mopping 3. Waxing 4. Scrubbing 5. Vacuuming 6. Washing Windows 7. Dusting 8. Mowing 9. Trimming 10. Weed Control 11. Planting 12. Water Treatment AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: 1. Offerors must have the following minimum experience and provide the following information to substantiate the experience: a. Complete and return the attached Specialized Experience document as follows: A listing of three (3) current contracts on which your firm successfully performed custodial and landscaping services at multiple facility locations, in the same total size (greater than or equal to $1,500,000.00) and individually ranging from $5,000.00 to $150,000.00 per year, and similar scope of this requirement. Successful performance would be considered a good or excellent rating. Contracts must be within the last three (3) years and also must be with either the FAA or other Federal Government agencies. Scope is described above. Similar work must include FAA Centers, Towers, or other operationally-critical facilities. Attachment “ Specialized Experience is provided for completion. Offeror shall identify the contracting agency, (FAA, or other Federal government agency). You must provide the contract number, which includes a point of contact, email address, and phone number. The information provided will also be used as part of the responsibility determination. b. 8a Certification Letter c. NOTE: Contractors must have active registration in SAM.gov before award can be made. Contractors can register at www.sam.gov. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION NON-RESPONSIVE. You may email your request to jason.fitzgerald@faa.gov no later than ***5:00pm CT on February 7, 2017. Requests received after this date and time will not be honored. No telephone requests will be accepted. Notice: This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-own concerns to acquire short-term working capital assistance for transportation -related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at the prime interest rate to provide accounts receivable financing. The maximum line of credit is $750,000. For further information an applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/26539 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/DTFACN-17-R-00080/listing.html)
 
Document(s)
Attachment
 
File Name: Specialized Experience (doc) (https://faaco.faa.gov/index.cfm/attachment/download/75228)
Link: https://faaco.faa.gov/index.cfm/attachment/download/75228

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04390528-W 20170205/170203234227-4eb23c6040ff37d4afed05811cfb6b74 (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.