Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
DOCUMENT

S -- Janitorial Services at the St. Croix, Virgin Islands Air Traffic Control Tower (ATCT) - Attachment

Notice Date
2/29/2016
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-510 EN - Eastern Service Area (Atlanta, GA)
 
Solicitation Number
DTFAEN-15-R-00055
 
Response Due
3/15/2016
 
Archive Date
3/15/2016
 
Point of Contact
Michael Hollis, michael.hollis@faa.gov, Phone: 404-305-5298
 
E-Mail Address
Click here to email Michael Hollis
(michael.hollis@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT # 0001 Custodial services at the FAA St. Croix Airport Traffic Control Tower, St. Croix, Virgin Islands. The purpose of this amendment to solicitation # DTFAEN-16-R-00055 is to make the following changes: SEE ATTACHMENT 21 SF30 Amend 0001 Final, St. St. Croix - 29Feb16. ***************************************************************The Federal Aviation Administration (FAA), Eastern Acquisitions Service Area, Southern Region, AAQ-510 ATL, College Park, Georgia has a requirement for Janitorial Services at the St. Croix, Virgin Islands Air Traffic Control Tower (ATCT) and is issuing a Request for Proposal (RFP) from eligible interested Offerors. This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using a tiered order of precedence. First tier 8(a) Socially, Economically, and Disadvantaged Businesses (SEDB); Second tier Service Disabled Veteran Owned Small Businesses (SDVOSB); Third tier Small Businesses; and Fourth tier Other than Small Businesses as described in Part IV “ Section M, Evaluation Factors for Award. Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation. PERIOD OF PERFORMANCE: The performance period for this contract will be for a one (1) base year with a desired start date of April 1, 2016 through March 31, 2017, with three (3) 12-month option periods. To view the solicitation and applicable attachments for this procurement, please visit: http://faaco.faa.gov/index.cfm, Select "Current Announcements" and then select "Southern Region." All interested sources should first attempt to download the attached RFP document(s). If downloading is not possible, all requests for copies of the document(s) must be made in writing to the attention of Michael Hollis, Contracting Officer, via e-mail at Michael.Hollis@faa.gov. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM SIZE STANDARDS (NAICS) 561720, Janitorial Services and the small business size standard is $18 million average annual receipts over the past 3 fiscal years. Annual average receipts for the firms last three fiscal years can't exceed $18 Million. The FAA, as the Federal Government, is tax exempt. The awarded contractor will be responsible for any/all local, state, and/or federal taxes. IN ORDER TO DO BUSINESS WITH THE FEDERAL GOVERNMENT YOU MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM). SEE CLAUSE 3.3.1-33, SYSTEM FOR AWARD MANAGEMENT (AUGUST 2012). TO BE CONSIDERED FOR AWARD OF THIS PROJECT, THE CONTRACTOR MUST BE CURRENTLY REGISTERED IN SAM (WEBSITE: WWW.SAM.GOV). Site Visit: A site visit has been scheduled for Tuesday, March 8, 2016, at the St. Croix ATCT, St. Croix, Virgin Islands at 10:00AM local time. All Offerors are highly encouraged to attend. Due to security requirements, all attendees must have a valid photo ID, i.e. state driver ™s license. ALL prospective attendees must submit a list of attendees to Ed Tirado via email at ed.tirado@faa.gov, melvin.sierra@faa.gov and Michael.hollis@faa.gov at least 48 hours in advance. You must also email or call Ed Tirado at 787-710-6182 or Melvin Sierra at 787-253-8505, at least 24 hours in advance in order to confirm your attendance and to coordinate your visit. All Requests for Information (RFI) must be emailed to the Contracting Officer (Michael.Hollis@faa.gov) no later than March 10, 2016 at 2:00 PM Eastern Time (ET). The proposal can be emailed to the Contracting Officer (Michael.Hollis@faa.gov) and there is a maximum size limitation of 10MB. It is highly encourage that you send a test message prior to the due date/time and you may need to send your proposal in multiple emails. If mailing the proposal it must be sealed and labeled as follows: RFP # DTFAEN-16-R-00055. Proposals are due no later than March 15, 2016 at 2:00 PM ET. If not emailing your proposal then provide a CD-ROM (one (1) copy) and 1 hard copy - hard copies shall be in three-ring binders. No facsimile (fax) proposals will be accepted. Proposals can be submitted using the United States Postal Service (USPS) or any commercial mail carrier to the following address: Federal Aviation Administration Eastern Logistics Service Area Attn: Michael Hollis, AAQ-510ATL 1701 Columbia Avenue College Park Georgia. 30337 Offerors submitting proposals by hand-delivery will need to consider allowing sufficient time to process through the security procedures in place at the FAA Southern Region Office. Overnight delivery of responses to this RFP may also be impacted if not sent in sufficient time to allow for the special mail-handling procedures in place at the Southern Region Office. This RFP is not to be construed as a contract or a commitment of any kind. The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. Current Contract Information: The incumbent contractor is White Gloves Cleaning, PO Box 1417, Christiansted, St. Croix, VI 00821 and the currently monthly fee is $2,000 per month. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/23739 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SR/DTFAEN-15-R-00055/listing.html)
 
Document(s)
Attachment
 
File Name: 21 SF30 Amend 0001 Final, St. Croix - 29Feb16.doc (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62691)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62691

 
File Name: 16 Bus Dec_St. Croix_Atch3 - 22Feb16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62690)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62690

 
File Name: 16 RFO_16R00055_St. Croix - 22Feb16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62687)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62687

 
File Name: 16 WD 20005-2553Rev16_St. Croix_Atch2 - 19Feb16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62686)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62686

 
File Name: 16 PPQ Janitorial_St. Croix_Atch4 - 22Feb16 (doc) (https://faaco.faa.gov/index.cfm/attachment/download/62689)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62689

 
File Name: 16 SOW, Specs & Sched, St. Croix_Atch1 - 2Feb16 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/62688)
Link: https://faaco.faa.gov/index.cfm/attachment/download/62688

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04034199-W 20160302/160229235017-e8140fa0250cae58af73ed121b7e26b2 (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.