Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOURCES SOUGHT

S -- LAX - Custodial and Related Services

Notice Date
3/26/2020 9:15:56 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
PBS R9 ACQ MGMT RECUR SVCS SAN FRANCISCO CA 94102 USA
 
ZIP Code
94102
 
Solicitation Number
EQ9PMFSD200003LAX
 
Response Due
4/7/2020 4:00:00 PM
 
Archive Date
04/22/2020
 
Point of Contact
James Hughes, Phone: 949-360-2001
 
E-Mail Address
jamesm.hughes@gsa.gov
(jamesm.hughes@gsa.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is not a request for proposal and does not obligate the Government to an award of a contract.� This is a Sources Sought notice for market research purposes only per Federal Acquisition Regulations (FAR) Part 10. This is a Sources Sought announcement for 8(a) contractors only solely for informational and market research purposes for custodial services for the following location: BUILDING DATA: LAX: One World Way, Los Angeles, CA Terminal 1����������� 2,923 SQ FT Terminal 2����������� 823 SQ FT Terminal 3����������� 1,589 SQ FT Terminal 5����������� 837 SQ FT Terminal 6����������� 598 SQ FT Terminal 7����������� 2,336 SQ FT Tower������������������ 7,968 SQ FT Trailer������������������ 5,301 SQ FT A synopsis of the custodial requirements for LAX is as follows: Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract. Ensure that their employees are properly trained, licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by Federal, State, or local laws; codes, or ordinances. Be responsible to make the management and operational decisions to meet the quality performance standards required under this contract. Use innovation, technology and other means and methods to develop and perform the most efficient cleaning services for the building. Implement an effective Quality Control Plan (QCP). Implement an effective service call system that results in prompt, professional, and courteous resolution of tenant concerns. Keep the CO or their designee informed of current status of the work being performed; provide all submittals and other pertinent information needed by the CO or their designee. Reduce the environmental impacts of work performed under this contract by using, to the maximum extent, environmentally sound practices, processes, and products. Provide training/certifications for their employees that stress stewardship in cleaning practices i.e., the use, disposal and recycling of cleaning chemicals; and dispensing equipment and packaging.� Current information on stewardship, training, educational materials and other issues can be found in ASTM E1971-05 or at the ASTM web site.� Information on these items is also available on the web site: Stewardship for the Cleaning of Commercial and Institutional Buildings (www.astm.org) and ISSA�s web site (www.issa.com). This requirement is subject to Department of Labor Service Contract Act Wage Determination for this location. Per FAR part 19.805-1 the Government shall offer the acquisition on the basis of competition limited to eligible 8 (a) participants when the current acquisition is already in the 8(a) program. �Contract award is tentatively slated for December 2020. The following considerations for a possible future award apply: Type of Contract:� Firm-Fixed Price (FFP) North American Industry Classification System (NAICS):� 561720 Small Business Administration Size: $38.5M Contract Length:� Base Year plus four (4) one-year option periods for a total of five (5) years.� Vendor must be registered in the System for Award Management (SAM) Vendor responses shall include the following information: Reference the Sources Sought Number EQ9PMFSD-20-0003 LAX Company name, address, phone number, and point of contact Company DUNS and Cage number Company Tax Identification Number (TIN) Identification of 8(a) small business socioeconomic contracting program status Capability Statement not to exceed five (5) pages to include the company�s experience, knowledge, and past performance history related to the services referenced in this sources sought (font shall be no smaller than 10-pitch).� The capability statement should address the following items: a. Capability of contractor to have sufficient experience and expertise to provide operations and maintenance of the total square footage as noted above in Building Statistics.b. Contractor�s capability of meeting the Security Requirements governed by GSAR 552.237-70, 552.237-71 and FAR 52.204-9. Please be advised the Government will not pay for any information or administrative cost incurred in response to this Sources Sought.� All cost associated with the Sources Sought are solely at the expense of the respondent.� Additionally, all submissions become the Government�s property and will not be returned.� No basis for a claim against the Government shall arise as a result from a response to this Sources Sought.� Submissions will not be considered as a response to a possible future solicitation or as a request to be added to prospective offeror lists, or to receive a copy of a possible future solicitation.� Please provide responses to this notice to Mike Hughes at jamesm.hughes@gsa.gov by Tuesday, April 7, 2020 4PM, Pacific Time.� Telephone responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/53de552d37194722a81fdde734e4059b/view)
 
Place of Performance
Address: Los Angeles, CA 90045, USA
Zip Code: 90045
Country: USA
 
Record
SN05602028-F 20200328/200326230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.