Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2006 FBO #1686
SOLICITATION NOTICE

S -- CUSTODIAL

Notice Date
7/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ06162823RA
 
Archive Date
7/7/2007
 
Description
NASA/JSC plans to procure commercial janitorial services at JSC, including Ellington Field (EF) and the Sonny Carter Training Facility (SCTF) as a partial follow-on to the current Center Operations Support Services (COSS) contract. Activities included under the Custodial contract include basic services such as Cleaning Drinking Fountains and Wash Stations; Mirror/Glass Cleaning; Elevator Cleaning; Dusting/Cleaning Entrances, Hallways, and Carpeted Areas; Clean and Service Restrooms, Medical Offices and Laboratories; Inside Stairs, Stairwells, Ramps, and Landings; Light/Lamp Replacement; Inside/Outside Entrance Area Floors; Hard Floor Cleaning; Vacuum Carpets and Rugs; Machine Scrub Restroom Floors; Spray Buffing in Hallways and Solid Waste Removal. Periodic Services include: Dusting/Cleaning; Unscheduled Cleaning; Interior Windows/Window Area/Venetian Blinds; Exterior Glass Surfaces/Window Frames; Strip, Seal, and Wax/Finish Hard Floors; Steam Clean Carpet/Rugs; Emergencies/Events/Visitor Custodial Services; Interior/Exterior Extermination; Short-term Supplemental Waste Removal; Personnel Requirements; and Training. The contract will also require a recycling program, records, reports, and submittals as required per the SOW and other applicable documents. JSC is certified to the ISO 9001 and 14001 standards as a joint Government and contractor team, and is an OSHA VPP Star certified site. Interested parties are encouraged to address their experience in working within these environments. To fulfill these requirements, NASA plans to release a Request For Proposal (RFP). The RFP will result in a fixed price contract with an IDIQ (Indefinite Delivery/Indefinite Quantity) feature for additional requirements within the general scope of the Statement of Work. The contract will be written for a 2 year base, one 2 year option and one 1 year option for a total of five years. A draft RFP will be released mid-November 2006. The draft RFP will allow interested parties the opportunity to submit questions, comments, and innovative ideas. Feedback can be submitted up to 10 days after the draft RFP release date and is encouraged. A listing of businesses which have expressed interest in participating in this procurement will be released with the draft RFP. A preproposal conference will be held January 8 and 9, 2007 at JSC. After considering Industry feedback impacts on the draft RFP, the Government anticipates that the final RFP will be released in mid- January 2007. The Government contemplates requiring the offerors to submit the past performance portion of their proposals in early December with the remaining portion of the proposals due mid-February. A 60-day phase-in for the new contractor is planned. The solicitation and, to the extent possible, documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the Custodial Procurement is: http://procurement.jsc.nasa.gov/coss/cust/ Documents unavailable over the Internet will be made available in the Technical Reference Library (TRL) at JSC. Additional information about the TRL at JSC will be posted on the website at a later date. All qualified responsible sources may submit a proposal which shall be considered by the agency. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html The NAICS Code and Size Standard are 561720 and $15M, respectively. JSC will pursue a HUB Zone set-aside contract in accordance with FAR 19.13 Historically Underutilized Business Zone (HUBZone) Program. (See Number Note 27) An ombudsman has been appointed. See NASA Specific Note "B". All contractual technical questions must be submitted in writing (e-mail or fax). Telephone questions will NOT be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#121049)
 
Record
SN01084840-W 20060709/060707221737 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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