SOURCES SOUGHT
S -- SOURCES SOUGHT SYNOPSIS FOR JANATORIAL AND RELATED SERVICES
- Notice Date
- 4/25/2013
- Notice Type
- Sources Sought
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC13ZCH021R
- Response Due
- 5/20/2013
- Archive Date
- 4/25/2014
- Point of Contact
- David S Eccleston, Contract Specialist, Phone 216-433-2422, Fax 215-433-5489, Email David.S.Eccleston@nasa.gov - Ronald W. Sepesi, Chief - Institutional Services Branch, Phone 216-433-2792, Fax 216-433-5489, Email Ronald.W.Sepesi@nasa.gov
- E-Mail Address
-
David S Eccleston
(David.S.Eccleston@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS for JANATORIAL and RELATED SERVICES The National Aeronautics and Space Administration (NASA) Glenn Research Center is seeking capability statements from interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB. The Government reserves the right to issue any upcoming solicitation as a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The North American Industry Classification System (NAICS) code for this procurement is 561720, Janitorial Services, with a size standard of $16.5 million dollars. BACKGROUND AND GENERAL REQUIREMENTS NASA GRC is one (1) of ten (10) NASA field centers and is responsible for basic research and technology development. Located on 351-acre main campus, adjacent to Cleveland Hopkins International Airport, GRC is comprised of office buildings, research buildings, and testing facilities employing approximately 3,200 people. Total cleanable square footage is approximately two million square feet. WHAT WE ARE NOW SEEKING We are seeking a contractor to provide routine, unscheduled, and emergency janitorial services, as described below: Routine Janitorial Services: consists of general cleaning and servicing, emptying of waste and recycling containers, floor maintenance, rest room cleaning and stocking of supplies, carpet, window, diffuser and vent cleaning, wet mopping, and special event cleaning. Emergency and Unscheduled Services: commonly referred to as indefinite delivery, indefinite quantity, (IDIQ) because the delivery and quantity of these services varies. Emergency services consist of overflowed restroom fixtures, spills, floods, muddy or wet entrances, broken glass, and biohazard cleanups. Emergency services shall be available 24 hours per day, 7 days per week on an as needed basis. Clean Room services provided as needed. The need for specific Clean Rooms varies based on Center test requirements and activated and deactivated as needed. Cleaning standards and the frequency of cleaning shall be in accordance with the required Federal Standard 209 to maintain the rating for the specific Clean Room. Clean room ratings will range from Class 1 to Class 100,000. The contractor shall provide all labor, supplies, on-site management and overall administration, tools, materials, equipment, transportation and vehicles necessary to perform all tasks. At times, performance will require movement of furniture, fixtures, equipment and furnishings, particularly when there are office moves. Because buildings are spread around the campus, the contractor (or subcontractors) will be responsible for transporting all personnel, tools, equipment and materials including ladders and scaffolds among the buildings being serviced.While many of the buildings have laboratory areas consisting of lab sinks, chemical storage cabinets, fume hoods and research equipment, the contractor will NOT be responsible for cleaning those items. The contractor will also be providing services in some security areas. The normal workweek for these services is Monday through Friday. Occasional routine and non-routine services, ones performed on off shifts and weekends will also be required. All work is to be performed in accordance with Federal, State and Local laws and regulations (including NASA and Glenn safety and health requirements) as well as GRC policy, regulations and procedures. Interested firms will be required to comply with the Standards for the Tracking and Management of Medical Waste, (CFR Title 40, Part 259); and the Ohio Revised Code, Section 3745-27-30 State of Ohio Infectious Waste Regulations; OSHAs Blood borne Pathogens Standards; and DOT Hazardous Materials Regulations. Firms must also comply with OSHA Toxic and Hazardous Substances standards (29 CFR 1910.1001 and 29 CFR 1926.1101 and preamble) in performance of janitorial services and associated training. REQUESTED RESPONSE Interested small businesses should submit their capability responses by May 20, 2013 to David S. Eccleston, Contract Specialist, at 216-433-2422, 21000 Brookpark Road, Mail Stop 60-1, Cleveland, Ohio 44135. Responses may also be e-mailed to David.S.Eccleston@nasa.gov. Inquiries of a general nature may be directed to David S. Eccleston, Contract Specialist, at 216-433-2422. Inquiries of a work requirement nature may be directed to Gail L. Starcher, COR, at 216-433-3644. Responses received after May 20, 2013 may not be considered. Please note that this synopsis is for information and planning purposes only and is not to be construed as any commitment by the Government. Further, the Government will not be financially responsible for any expenses incurred in providing information solicited. Responses should be limited to no more than TEN (10) pages. These pages should consist of: (1) A COVER letter (no longer than Three pages) which briefly describes your company, succinctly addressing, but not necessarily limited to, the number of years in business, current contracts, points of contacts, contract length, type of work performed, performance as a prime or subcontractor, the number of employees you have now and over your last three business years, and your demographics.For your demographics, indicate whether you are: a)A Certified HUB Zone Small Business b)A Small Business in the Process of Becoming HUB Zone Certified c)An 8(a) firm that is HUB Zone Certified or in the Process of Becoming HUB Zone Certified d)A Veteran-owned Small Business e)A Service-disabled Veteran-owned Small Business (meaning a veteran with a disability that is service-connected) f)A woman-owned small business in any or all of the preceding five categories g)A disadvantaged small business in any of the first five categories. (2) No more than SEVEN pages describing your capability and experience to perform the described work effort.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC13ZCH021R/listing.html)
- Record
- SN03046032-W 20130427/130425234959-e1b729eb4d392e1a26e3bae894ff0761 (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 |