Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2022 SAM #7595
SOLICITATION NOTICE

S -- ******Amendment 0001 Janitorial Services for Hillsboro ATCT in Hillsboro, Oregon*****

Notice Date
9/14/2022 2:26:49 PM
 
Notice Type
Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-22-R-00544
 
Response Due
9/21/2022 2:00:00 PM
 
Archive Date
12/31/2022
 
Point of Contact
Matina Jackson, Regina Singleton, Phone: 4043055790
 
E-Mail Address
Matina.L-CTR.Jackson@faa.gov, regina.singleton@faa.gov
(Matina.L-CTR.Jackson@faa.gov, regina.singleton@faa.gov)
 
Description
� � � � � � � � � � � ******Amendment 0001 Janitorial Services for Hillsboro ATCT in Hillsboro, Oregon***** This Amendment 0001 is being�executed to extend the Request for Proposal (RFP) due date, publish� Answers and Clarifications to the RFIs and publish the Past�Performance Survey required as one of the submission items due when Offerors submit their Proposals for consideration of contract award. The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ-580 ATL, College Park, Georgia has a requirement for Janitorial Services at the Hillsboro Air Traffic Control Tower, a Federal Aviation Administration (FAA) facility in Hillsboro, Oregon, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors.�������������������������� PERIOD OF PERFORMANCE: The performance period for this contract will be for a one (1) base year with four (4) option years with a desired start date of October 1, 2022.� For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 561720, Janitorial Services and the small business size standard is $19.5 million average annual receipts over the past 3 fiscal years. 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, Disadvantaged Businesses (SEDB) and Service Disabled Veteran Owned Small Businesses (SDVOSB) and Woman Owned businesses (WOSB); Second tier Small Businesses; and Third 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.� SITE VISIT: SITE VISIT ATTENDANCE IS STRONGLY ENCOURAGED Offerors are urged and expected to inspect the Site where work is to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a dispute after contract award. Therefore a Site Visit has been scheduled for 6 September 2022 at 1pm PCT - local time. To coordinate your attendance for the scheduled Site Visit please provide a list of attendees at least one day prior to the Scheduled Site Visit to Ryan Mathews see the POC info below: POC Name: Ryan Mathews Address:� 3119 NE Cornell Rd, Hillsboro, OR 97124 Email: Ryan.C.Mathews@faa.gov Telephone: (503) 258-6977 Note: Please Ryan Mathews at Ryan.C.Mathews@faa.gov with your Company�s Name, phone number and a list of attendees at least one day prior to the appointed time. IMPORTANT- Failure to coordinate attendance in advance with FAA POC will result in denial of site access. Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process.�� � Notice: To be considered for award of this project, the contractor must have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). Proposals can be submitted via email to Matina.L-CTR.Jackson@faa.gov. Proposal due date: 16 September 2022 - NLT 5:00 PM Eastern Daylight Time Submissions must be submitted via electronic email copy only. Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Please refer all questions in �writing� only to Matina.L-CTR.Jackson@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 9 September 2022 by 5:00 PM Eastern Daylight Time. Responses to questions will not necessarily change the date proposals are to be received.� Offerors must submit all questions and comments via E-Mail to Matina.L-CTR.Jackson@faa.gov, questions submitted via phone call will not be answered.� The FAA will respond publicly in writing within three (3) business days on the SAM.gov website to all potential Offerors.� Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified.� 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c6a92284fef143f3aed659d2f318fe8e/view)
 
Place of Performance
Address: Hillsboro, OR 97124, USA
Zip Code: 97124
Country: USA
 
Record
SN06464905-F 20220916/220914230132 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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