SOURCES SOUGHT
S -- Custodial and Related Services at the TSA Office, Madison Airport
- Notice Date
- 11/17/2020 6:14:30 AM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- PBS R5 CHICAGO IL 60604 USA
- ZIP Code
- 60604
- Solicitation Number
- TBD_TSA_Janitorial
- Response Due
- 11/30/2020 12:00:00 PM
- Archive Date
- 12/15/2020
- Point of Contact
- Kaye Jocelyn Wierzbicki, Phone: 6122224138
- E-Mail Address
-
kaye.wierzbicki@gsa.gov
(kaye.wierzbicki@gsa.gov)
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT.� THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY.� RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS.� A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW.� RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The General Services Administration (GSA) seeks a Provider/Offeror to:� Provide �Custodial and Related Services� in the office space of the Transportation Security Administration (TSA), located within the Dane County Airport located at 4000 International Lane, Madison, WI 53704.� The Contractor shall provide the management, supervision, manpower, equipment and supplies necessary to provide custodial and related services within the Transportation Security Administration (TSA) space at the Dane County Regional Airport. The TSA office space is roughly 1,500 square feet. The primary custodial tasks will involve cleaning the TSA office space twice daily (including weekends and holidays)--once in the morning and once in the afternoon/early evening, between the hours of 8am and 8pm. Typical tasks will involve dusting, sweeping/mopping, vacuuming, daily disinfection of hard surfaces, monthly floor waxing, and removing trash twice-daily from deskside receptacles and placing it in centralized dumpsters within the airport. A pest control plan will be required. Certain above standard services may also be required. Please note that this acquisition applies solely to the TSA Office Space� (approx. 1,500 square feet) located within the Airport--no other spaces within the Airport are applicable to this acquisition. Snow removal and landscaping are not required. Contractor employees are required to meet all airport security screening requirements, which include criminal history, background, and fingerprint check. Additionally, Contractor employees working in this facility require a Secure Identification Display Area (SIDA) badge, which involves passing a test. These security requirements shall be met prior to the start of the contract and prior to start of work by new employees. The Contractor is responsible for all fees associated with security requirements. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to, the Occupational Safety and Health Act (OSHA) and NIBS. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to kaye.wierzbicki@gsa.gov no later than Monday, November 30, 2020 at 2pm Central Time.� Interested parties should provide the following:� Company Name, Company Address, Point of Contact, phone number and email address, DUNS number and capability statement for the services as stated above.� Additionally include; three customer references to which you have provided similar services, and your company business size under NAICS code 561720 pursuant to the following questions: (1) Is your business large or small, (2) If small, does your firm qualify as a small, emerging business or small disadvantaged business?� (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified Hubzone firm?� (5) Is your firm woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? The Method of Award for any future solicitation will likely be based on past performance and price.�� THIS REQUEST FOR INFORMATION OR �SOURCES SOUGHT,� SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER.� INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS.� NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/60e5105e4a4f4103917c68c9119b878d/view)
- Place of Performance
- Address: Madison, WI 53704, USA
- Zip Code: 53704
- Country: USA
- Zip Code: 53704
- Record
- SN05855186-F 20201119/201117230150 (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 |