Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2023 SAM #7827
SOLICITATION NOTICE

S -- Farmington, NM Janitorial Services

Notice Date
5/1/2023 4:49:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-23-R-00301
 
Response Due
5/11/2023 12:00:00 PM
 
Archive Date
05/26/2023
 
Point of Contact
Jennifer J Davis, Phone: 8172224349, Karen CTR McIvor
 
E-Mail Address
jennifer.j.davis@faa.gov, karen.ctr.mcivor@faa.gov
(jennifer.j.davis@faa.gov, karen.ctr.mcivor@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 0001 - The purpose of this amendment is to correct the Proposal Due Date to May 11, 2023 by 2:00 pm CT. This amendment also corrects the Issuing Office and Administration Office codes. This Solicitation (SIR) is for Janitorial Services at the FAA�s Farmington, NM Air Traffic Control Tower (ATCT) to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-23-R-00301. This acquisition is set aside for small business.� The principal North American Industry Classification System (NAICS) code applicable to this effort is 561720 � Janitorial Services. The resulting award will be Firm-Fixed Price Contract. A Site Visit will be held on Friday, April 28, 2023 at 9:00 am Local Time at the Farmington, NM ATCT located at 1290 W Navajo St, Farmington, NM 87401. �The Point of Contact for this site visit is Eric Davenport and he can be reached at 509-940-7232.� Do not contact Mr. Davenport for anything other than assistance with access to the site on the day of the Site Visit. Please email the names of those attending and the name of the company they are representing no later than Thursday, April 27, 2023 by 2:00 pm Central Time.� Each company will be limited to two (2) total attendees and should complete the attached COVID-19 Wellness Self Check prior to arriving at the FAA Facility.� Please document all your questions while at the site visit and submit them to Jennifer J Davis and Karen CTR McIvor (jennifer.j.davis@faa.gov; karen.ctr.mcivor@faa.gov) via email by the date and time as directed below.� Questions will not be answered during the site visit. Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contracting Officer, and Karen CTR McIvor at jennifer.j.davis@faa.gov; karen.ctr.mcivor@faa.gov no later than 2:00 pm Central Time on Monday, May 1, 2023.� Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified.� Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Thursday, May 4, 2023. All responses must reference the solicitation number (697DCK-23-R-00301) and be submitted to the following email addresses: jennifer.j.davis@faa.gov; karen.ctr.mcivor@faa.gov. SA18 PROPOSAL CONTENT Submission of Offer. To be considered for evaluation, an Offeror must submit a full proposal that includes the following: [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken [ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued) [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data) [ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract. [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in Part I, Section H, SA15 Insurance Requirements Schedule. [ ] No less than three (3) Past Experience References of similar work (e.g. must be janitorial work of a similar size and scope) to the requirements in this SIR. [ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that show completion of similar work, e.g must be janitorial work of a similar size and scope to the requirements in this SIR, [ ] Completed Contractor Staffing Access Questionnaire SA56 EVALUATION FACTORS FOR AWARD - SERVICES The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions. The Government reserves the right to award on initial offers without discussions or to conduct one- on-one discussions with one or more offerors to clarify issues relating to scope, pricing and responsibility. Proposals shall be evaluated as either 'acceptable' or 'unacceptable' on the basis of the following criteria: A. Past Experience. STANDARD FOR REVIEW: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past three (3) years similar to the current requirement, (e.g. must be janitorial work of a similar size and scope). The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination. If a Contractor does not have an applicable experience history, then within the cover letter, the Contractor must indicate the reason for such services to be performed. Keep in mind that the Agency may use information other than that provided by the Contractor in connection with this solicitation. B. Past Performance. STANDARD FOR REVIEW: At least three (3) Customer Satisfaction Surveys must be received before the solicitation deadline with an average score of Good or higher. The FAA reserves the right to contact customers listed as references and conduct a Customer Satisfaction Survey by telephone in the event that there is insufficient competition due to the lack of customer satisfaction surveys received. If Contractor does not have an applicable performance history, then, within the cover letter, the Contractor must indicate the reason for such absence of past performance history and provide a proposed project management plan to ensure the quality of the services to be performed. Keep in mind that the Agency may use information other than that provided by the Contractor in connection with this solicitation. (End of Provision) DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL (jennifer.j.davis@faa.gov; karen.ctr.mcivor@faa.gov).� NO PHONE CALLS WILL BE ACCEPTED. MILESTONES SIR out � 4/13/23 Site Visit Attendees List Due � 4/27/23 by 2:00 pm Site Visit � 4/28/23 @ 9:00 am Local Time Questions Due � 5/1/23 by 2:00 pm CT Answers out � 5/4/23 by 2:00 pm CT Proposals Due � 5/11/23 by 2:00 pm CT Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (May 11, 2023). Reference AMS Clause 3.3.1-33, paragraph (d), �if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.� All submissions must be received no later than 2:00 pm Central Time on Thursday, May 11, 2023.� Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above.� Late submittal of proposals will not be accepted.� The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR.� Responses will not be returned.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e997a4fcff614705910f7d90aa03249e/view)
 
Place of Performance
Address: Farmington, NM 87401, USA
Zip Code: 87401
Country: USA
 
Record
SN06667293-F 20230503/230501230111 (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.