SOURCES SOUGHT
S -- Custodial Services for Team East Buildings, 1, 1A, 11, 15, 16, 20, 25, 94, 95, and Guard Shack (1-7) on the Denver Federal Center Campus.
- Notice Date
- 9/24/2024 3:54:13 PM
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 09242024
- Response Due
- 10/9/2024 1:00:00 PM
- Archive Date
- 10/24/2024
- Point of Contact
- Mire L Whittenburg, Phone: 303-945-5508, Garrett L. Miller, Phone: 8012016797
- E-Mail Address
-
mire.whittenburg@gsa.gov, garrett.miller@gsa.gov
(mire.whittenburg@gsa.gov, garrett.miller@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NOTICE TYPE: Sources Sought POSTED DATE: September 24, 2024 RESPONSE DATE: October 9, 2024 SET ASIDE: The Government intends to set aside this requirement for Small Business NAICS CODE: 561720 - Janitorial Services SYNOPSIS: General Services Administration is seeking all viable qualified Small Business Contractors that have performed or have the capability to perform Custodial Services. This procurement is pursuant to NAICS CODE 561720 - Janitorial Services.� GSA anticipates competing these requirements through the 561210FAC - Complete Facilities Maintenance and Management/Facilities Support Services with a set aside for Small Business program participants. � Description of Work: This requirement will provide Custodial services for Team East Buildings, 1, 1A, 11, 15, 16, 20, 25, 94, 95, and Guard Shack (1-7) on the Denver Federal Center Campus. The custodial and related services will include complete custodial services that are, but not limited to; general cleaning, pest control, trash and recycling (commingled/single-stream and paper) services aforementioned.� The office building is made up of secured/unsecured federal office building space, restrooms, stairwells, public elevators, service elevator, elevator lobbies, conference rooms, kitchenettes, administrative rooms, fitness center, mailroom and non-traditional ground level dock, storage room, emergency generator servicing facilities critical equipment, and rollup doors. There is a need for a highly qualified contractor to provide a wide variety of custodial services for these buildings. The tenants occupying the buildings require continuous custodial services to support their agency operations/mission. It is imperative that the selected contractor has experience successfully cleaning, multiple-tenant, multi-story buildings, high-security areas and office spaces.� The resultant contract will be a firm fixed-price contract for a one-year base, with four one-year options. The contractor will have a transition period tentatively starting� 1, 2025 to March 31, 2024, at no cost to the Government, with actual performance period tentatively commencing on or about April 1, 2025. Information Requested: Contractors capable of performing as a prime contractor that meets the requirements stated above are encouraged to submit capability statements no more than five pages in length. Capability statements must include the following information. 1. Name, address, business size. 2. Company status: *Company size and applicable socioeconomic status 3. Affiliate information: parent company, joint venture partners, and potential teaming partners. 4. Provide summaries for one to three similar projects (as described above) that demonstrate the small business firm's past experience.� 5.� The Contractor must be able to manage, perform and administer the contract beginning March 1, 2025 federal buildings consisting of: Office space, Warehouse, Labs, SCIF Areas, Gym, Multi tenant and Guard Shacks.� 6. The Contractor must have all required certification identified in the contract PWS, to include bloodborne pathogen training, etc. 7. Any Areas of question or concern in the attached PWS.� Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-7) as stated above. All responses are due by October 9, 2024 at 2:00 PM MST and shall be submitted to: Mire Whittenburg Contract Officer Mire.Whittenburg@gsa.gov � The sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer's determination will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award. All interested parties will be required to respond separately to any solicitations posted as a result of the sources sought notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b2a0f64b538494eb7c64733c3b75295/view)
- Place of Performance
- Address: Lakewood, CO 80225, USA
- Zip Code: 80225
- Country: USA
- Zip Code: 80225
- Record
- SN07223451-F 20240926/240924230121 (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 |