SOLICITATION NOTICE
S -- Janitorial and Related Services at the Robert A. Young Federal Building, 1222 Spruce St St. Louis, MO
- Notice Date
- 5/7/2024 12:16:30 PM
- Notice Type
- Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- PBS R6 SERVICES ACQUISITION BRANCH KANSAS CITY MO 64108 USA
- ZIP Code
- 64108
- Solicitation Number
- 47PG0124R0003
- Response Due
- 5/20/2024 12:00:00 PM
- Archive Date
- 05/20/2024
- Point of Contact
- Naomi Raekos, Edwin M. Allen
- E-Mail Address
-
naomi.raekos@gsa.gov, matt.allen@gsa.gov
(naomi.raekos@gsa.gov, matt.allen@gsa.gov)
- Small Business Set-Aside
- EDWOSB SBA Certified Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15)
- Description
- This is a solicitation for Custodial and Related Services defined under the scope of this contract for the Robert A. Young Federal Building, 1222 Spruce St, St Louis, MO, 63103-2809. The full solicitation's Section C (Statement of Work) describes the minimum requirements of the U.S. General Services Administration (GSA) and acceptable outcomes to be performed by the Custodial Contractor (known from here on as Contractor). The contract consists of two major functional areas: Standard and Above Standard services. All, or part of, the successful offeror�s Proposal Package may be incorporated into the contract. The Contractor shall closely monitor all aspects of the work, identify deficiencies and implement corrective action, without reliance on Government oversight. Custodial and related services provided by the Contractor are arranged and contract administration is provided through one or more of the following entities: GSA�s Regional Office, Service Centers, Field Offices, or Local Offices. These entities represent the Facility Management organizations that have been adopted by GSA�s regional leadership. GSA seeks to establish a partnering relationship with the Contractor to accomplish the program objectives in this contract. The objective of the partnering process is to provide an effective problem-finding/problem-solving management team composed of personnel from all parties responsible for maintaining the quality of our facilities, thus creating a single culture with one set of goals and objectives. Partnering requires that all parties recognize and address those opportunities and challenges that shall be confronted to help maintain the health of the Contractor/GSA relationship. The relationship is based on trust, dedication to common goals, and an understanding of each other's individual expectations and values. The outcome of this initiative is for GSA to leverage Contractor expertise to assist GSA in accomplishing these goals and objectives. The Contractor Shall: ? Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, except to the extent any of the supplies may be furnished directly by the Government under the contract, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract. The building(s) shall be fully staffed, beginning the first day of work under the contract and throughout the entirety of the contract, unless authorized by the Contracting Officer (CO) or their designee. ? Maximize the use of goods, products and materials that are produced in the United States. Telecom equipment must be in compliance with the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year 2019, specifically NDAA 889. NDAA 889 requirements are explained further in Section H.10 of the full solicitation. ?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, permits 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 work schedules and provide other pertinent information needed. ? Reduce the environmental impacts of work performed under this contract by using environmentally sound practices, processes, and products. ? Provide training/certifications for their employees that stress stewardship and effective communication in cleaning practices. Current information on stewardship, training, educational materials and other issues can be found on the web sites including but not limited to Stewardship for the Cleaning of Commercial and Institutional Buildings (www.astm.org) and ISSA�s website (www.issa.com). ? Coordinate with the Contracting Officer�s Representative (COR) and tenants who have restricted access spaces. ? Adhere to Architectural Barriers Act Accessibility Standards (ABAAS) requirements for all new procurements and installations related to the PWS in the full solicitation. 05/07/2024 Amendment 01: Amendment 01 provides answers to all questions submitted for this solicitation. The due date for proposals is extended to May 20, 2024, at 2:00 PM CST. Additional attachments have been uploaded to supplement the answers to specific questions.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d0a60616d7dd4e77baaedebc86a555a9/view)
- Place of Performance
- Address: Saint Louis, MO 63102, USA
- Zip Code: 63102
- Country: USA
- Zip Code: 63102
- Record
- SN07055420-F 20240509/240507230045 (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 |