Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
SOLICITATION NOTICE

S -- Custodial Services-Port of Seattle - Package #1

Notice Date
2/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, District of Columbia, 20229, United States
 
ZIP Code
20229
 
Solicitation Number
PR20073254
 
Archive Date
3/20/2014
 
Point of Contact
David A Moss, Phone: 509-468-3869
 
E-Mail Address
david.a.moss@dhs.gov
(david.a.moss@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Green products requirements Task Frequency Cahrt Statement of Work The United States Customs and Border Protection, Office of Field Operations, is seeking price quotes from interested parties to provide custodial services to three offices of the Port of Seattle. 1021 S.W. Klickitat Way, Seattle, WA 7 South Nevada Street, Seattle, WA 2202 Port of Tacoma Road, Tacoma, WA. Dates will be from April 1, 2013 to March 31, 2014, with possible yearly options to extend from April 1, 2014 thru March 31, 2018 Quotes must be received at 10710 N. Newport Hwy, Spokane, WA. 99218, No Later Than 3pm March 6, 2013. Quote must be for the work described in the "Statement of Work". Evaluation factors will be rated. The factors are; price per month; past performance; experience; equipment; quality assurance plan; reliability. You may contact the Port of Seattle office to schedule a visit of the facilities. Point of Contact: Karen Brooks: 206-553-8275. Your quote must be for the work described on the enclosed Statement of Work, and Task and Frequency Chart. Your response will only have to state your monthly charge for the described work, and a response to the "other factors" listed below. The winning vendor will be required to have a local business license, Federal Tax ID number, obtain a Dunn and Bradstreet number, and register in the government's System for Award Management (SAM.gov). This will require direct/electronic deposit of your payments. The winning vendor, and all employees, must be legal residents of the United States and are subject to a criminal history and background investigation. ALL of this will only be required IF YOU ARE AWARDED THE CONTRACT. Non selection announcements will not be made. A non selection briefing may be requested, if request is received by this office by March 15, 2013. Request may be verbal or written. Debriefing will be verbal ONLY. The quotes will be rated on several factors and scored on a Go/NoGo basis. Price is not the sole determination factor. Other factors will be: past performance; equipment; experience in performing this same type or similar work. The final determination will be based on the contracting officer's determination of "best value" for the government. Special consideration may be made for businesses that are registered with the U.S. Small Business Administration as: disabled veteran, HUB Zone, 8a, etc. Economic price adjustments may be factored in to your quote for option years, if you request it. Wages must be based on the current Department of Labor standards for the area which are a minimum hourly wage for janitorial work is $15.32 per hour. This includes the requirements to consider health and welfare coverage: Life, accident and health insurance plan(s). These benefits average approximately $3.71 per hour. These additional factors must be considered when determining the hourly rate. Sick leave, pension plan, paid vacation, and 10 paid holidays per year. ALL of these factors must be addressed in determining the cost. Example: DOL minimum wage including Health & welfare benefits = $19.03 per hour. Plus pay for pension plan, vacation, sick leave, and holidays. Questions: Contact the Contracting Officer - David Moss; Phone 509-468-3869; 7am-3pm weekdays.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/PR20073254/listing.html)
 
Place of Performance
Address: 1000 Second Ave, Suite 2100, Attn: Karen Oldfin-Brooks, Seattle, Washington, 98104, United States
Zip Code: 98104
 
Record
SN02987226-W 20130215/130213234733-2644a73307fa33c9bac0b60f09fabc12 (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.