MODIFICATION
R -- Janitorial Services
- Notice Date
- 9/1/2004
- Notice Type
- Modification
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, DC, 20024
- ZIP Code
- 20024
- Solicitation Number
- RFP-OPPM-05-R-70
- Response Due
- 10/1/2004
- Archive Date
- 10/16/2004
- Point of Contact
- Vera Moreland, Contract Specialist, Phone (202) 690-4359, Fax (202) 720-9226,
- E-Mail Address
-
Vera.Moreland@usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- THIS MODIFICATION CHANGES THE RELEASE DATE OF THE SOLICITATION TO, ON OR BEFORE SEPTEMBER 9, 2004, AND THE CLOSING DATE ON OR BEFORE OCTOBER 13, 2004. A WALK-THROUGH OF THE FACILITY IS PLANNED FOR SEPTEMBER 16, 2004, 10:00 AM. ALL INTERESTED PARTIES SHALL REGISTER WITH THE CONTRACTING OFFICER THEIR INTENT TO ATTEND THE WALK-THRU, ALONG WITH THE NUMBER AND NAMES OF PARTICIPANTS. INFORMATION SHALL BE SUBMITTED TO: VERA.MORELAND@USDA.GOV. The Department of Agriculture will require continued janitorial services at its Headquarters Complex located in downtown Washington, DC. The complex is comprised of the following buildings: Jamie L. Whitten, South, and Cotton Annex; the Syndey R. Yates Building requires recycling services only. The procurement is set aside for small businesses only. The North American Industry Classification Sytem (NAICS) is 561720 and the size standard is $14.0 million. Award will cover a base year commencing date of award through September 30, 2005, with four 12-month renewal options. The solicitation is expected to be available on or before October 1, 2004, and will close 30 days after issuance. The solicitation will be available and distributed solely through the General Services Administration's Federal Business Opportunity web site at http://www.fedbizopps.gov/. The site provides downloading instructions. All future information regarding this acquisition, including solicitation amendments, will also be distributed solely through the web site. Interested parties are responsible for monitoring the site to ensure they have the most up-to-date information about this acquisition. The Government will evaluate proposals using source selection procedures with the intent to award a firm-fixed price contract to the responsible offeror whose proposal, conforms to the solicitation, as the "Best Value" to the Government. The Government requires contractors to submit a price and technical proposal. Each proposal shall contain the offeror's best technical proposal and best price. OFFERORS ARE ADVISED THAT THE GOVERNMENT MAY MAKE AN AWARD WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. ALL QUESTIONS REGARDING THE SOLICITATION MUST BE SUBMITTED IN WRITING TO THE CONTRACTING OFFICER VIA MAIL SERVICE, E-MAIL OR FAX.
- Place of Performance
- Address: 1400 Independence Avenue S.W., Washington, DC
- Zip Code: 20250
- Country: United States
- Zip Code: 20250
- Record
- SN00662944-W 20040903/040901211742 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |