SOLICITATION NOTICE
S -- Custodial Services NSA Crane IN
- Notice Date
- 4/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Midwest Detachment Crane, NSA, 300 Highway 361 B-2516, Crane, IN, 47522-5082
- ZIP Code
- 47522-5082
- Solicitation Number
- N40083-05-R-4417
- Response Due
- 5/26/2005
- Archive Date
- 6/10/2005
- Small Business Set-Aside
- Total Small Business
- Description
- RFP #N40083-05-R-4417, CUSTODIAL SERVICES NSA CRANE INDIANA THIS SOLICITATION WILL BE RELEASED VIA THE INTERNET. This will be the only method for distributing solicitation documents and amendments. THIS SOLICITATION WILL BE AVAILABLE FOR VIEWING & DOWNLOADING AT THE FOLLOWING WEBSITE. www.esol.navfac.navy.mil The official planholders list be maintained and can be printed on the website only. Amendments will be posted to the website for viewing and downloading. IT IS THE OFFEROR?S RESPONSIBILITY TO PERIODICALLY CHECK THE WEBSITE FOR AMENDMENTS. ALL PROSPECTIVE OFFERORS AND PLAN ROOMS ARE STRONGLY ENCOURAGED TO RESISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Debbie Dills via facsimile at (812) 854-3800 or email at debbie.dills@navy.mil. Provide all labor, materials, supplies, tools, facilities, utilities, equipment, transportation, supervision, quality control and management necessary to provide custodial/janitorial services at the Naval Support Activity, Crane, Indiana and custodial/janitorial services; trash pick-up; grounds maintenance to include fence and roadway mowing/trimming; lawn mowing/trimming; and herbicide treatment at the Glendora Test Facility, Sullivan, Indiana, via a firm-fixed price and indefinite quantity contract. The solicitation contains provisions for a 12-month base period, plus four 12-month option periods to be exercised at the discretion of the Government. The term of the contract shall not exceed 60 months. This is a combination firm fixed-price/indefinite quantity contract for the supplies or services specified, and effective for the period stated in the schedule and any accompanying exhibits. Work items for the fixed price portion are identified in the schedule and any accompanying exhibits and include all work except that identified as indefinite quantity. The fixed price quantities shown in the schedule and any accompanying exhibits are considered to be accurate estimates for this contract period. Work items for the indefinite quantity portion of the contract are identified in the schedule and any accompanying exhibits. The quantities of supplies and services specified in accompanying exhibits and the schedule as indefinite quantity are estimates only and may be ordered by EMALL or issuance of separate delivery orders. Under the terms of this type of contact, the Government does not guarantee a minimum amount of services to be ordered via the indefinite quantity schedule. Contractor Support of Electronic Facilities Support Contracting (e-FSC)is required. The contractor is required to offer Indefinite Quantity (IQ) pre-priced line item services to authorized Government personnel when they are ordering the work directly via the Government Purchase Card (GPC) program. When receiving GPC orders against Section ?B?, the contractor shall provide the supplies and services at the offered price without additional markup or handling fee. The contractor agrees to accept and process electronically submitted GPC orders for IQ services, including those orders issued through the DoD EMALL. The DoD EMALL is a U.S. Government (USG) owned and operated web-based ordering system that enables any Department of Defence (DoD) or Federal activity to search for and order goods and services. The contractor agrees to purchase, install, and utilize the most recent version of PGP Personal software, or a comparable solution, for the purpose of decrypting order notification emails from the DoD EMALL in a timely manner. The Government will award a contract resulting from this solicitation whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate the offers: past performance and experience and management ability proposals, and other factors as may be specified in the solicitation documents. These technical factors when combined are equal in value to the price. The NAICS Code for this solicitation is 561720, Janitorial Services with a small business size standard of $14.0 million. This solicitation is Small Business Set-Aside procurement. Approximate release date is Wednesday, April 20, 2005 or sooner with proposals due at 4:00 p.m. (local time) on Thursday, May 26, 2005. A site visit is tentatively scheduled for Tuesday May 3, 2005. Attendance at the site visit is not mandatory but is strongly encouraged.
- Place of Performance
- Address: Naval Support Activity, Crane, Indiana
- Zip Code: 47522
- Country: USA
- Zip Code: 47522
- Record
- SN00791247-W 20050421/050419212421 (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 |