Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 28, 2017 FBO #5818
DOCUMENT

S -- Custodial Services in the Minneapolis District - DTFASA-17-R-00952 - Attachment

Notice Date
10/26/2017
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-580 CS - Central Logistics Service Area (Southwest)
 
Solicitation Number
28510
 
Response Due
11/2/2017
 
Archive Date
11/2/2017
 
Point of Contact
Jason Fitzgerald, jason.fitzgerald@faa.gov, Phone: 817-222-4911
 
E-Mail Address
Click here to email Jason Fitzgerald
(jason.fitzgerald@faa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Federal Aviation Administration (FAA), Facility Services Team is seeking sources capable of providing janitorial services at FAA Air Traffic Control Towers (ATCT) located in Rochester, MN, and Lincoln, NE; the System Support Center (SSC) in Fargo, ND and North Platte, NE; the Remote System Support Work Center (RSSWC) in Columbus, NE; the Work Center in Scotts Bluff, NE; the ARTCC + CCF in Farmington, MN; the ATCT + SSC in Bismarck, ND and Grand Island, NE. Responses will be used to develop the Source List for solicitation DTFASA-17-R-00952. This request is being issued in accordance with FAA Acquisition Management System (AMS) Section 3.2.2.2 All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry to this Sources Sought. Therefore, any costs associated with the vendor ™s submissions will be solely at the interested vendor ™s expense. Response To This Sources Sought: Any information provided in response to this Sources Sought will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. The FAA is seeking competent and qualified Small Businesses interested in providing offers for this project. 1.This project is set-aside for Socially and Economically Disadvantaged Businesses (SEDB/8a). 2.The North American Industry Classification System (NAICS) is 561210, Custodial Contractors 3.The total estimated offer range for this project is $1,750,000.00-$2,250,000.00. 4.A site visit to each location will be optional. The date, time, location, and point of contact will be provided upon request. The contractor is to provide all personnel, supervision, materials, equipment, tools, supplies, and any other items necessary to perform the required custodial services in accordance with the facility ™s statement of work, local, state and Federal codes and laws. Required Work will consist of, but is not limited to: 1.Sweeping 2.Mopping 3.Waxing 4.Scrubbing 5.Vacuuming 6.Washing Windows 7.Dusting AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: 1.Offerors must have the following minimum experience and provide the following information to substantiate the experience: a.Complete and return the attached Specialized Experience document as follows: A listing of three (3) contracts on which your firm successfully performed custodial services at a minimum of six (6) facility locations on each contract, with at least one of the submissions having a total value greater than or equal to $2,000,000.00, and that are similar in scope to this requirement. Successful past performance would be considered a good or excellent rating. Contracts must be within the last five (5) years and also must be with either the FAA or other Federal Government agencies. Scope is described above. Similar work must include FAA Centers, Towers, or other operationally-critical facilities. Attachment “ Specialized Experience is provided for completion. Offeror shall identify the contracting agency, (FAA, or other Federal government agency). You must provide the contract number, which includes a point of contact, email address, and phone number. The information provided will also be used as part of the responsibility determination. b.NOTE: Contractors must have active registration in SAM.gov before award can be made. Contractors can register at www.sam.gov. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION NON-RESPONSIVE. You may email your request with the subject as "DTFASA-17-R-00952 MINNEAPOLIS DISTRICT JANITORIAL CONSOLIDATION" to jason.fitzgerald@faa.gov no later than ***5:00pm CST on November 2, 2017. Requests received after this date and time will not be honored. No telephone requests will be accepted. Notice: This notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-own concerns to acquire short-term working capital assistance for transportation -related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at the prime interest rate to provide accounts receivable financing. The maximum line of credit is $750,000. For further information an applicable forms concerning the STLP, call the OSDBU at (800) 532-1169. Attachment: Specialized Experience Document 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/28510 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/28510/listing.html)
 
Document(s)
Attachment
 
File Name: Specialized Experience (doc) (https://faaco.faa.gov/index.cfm/attachment/download/83287)
Link: https://faaco.faa.gov/index.cfm/attachment/download/83287

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04724150-W 20171028/171026231154-acd8e5bf18f0184ad6aa87980d62cfdc (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.