Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2007 FBO #2021
SOLICITATION NOTICE

S -- CUSTODIAL

Notice Date
6/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ06162823RB
 
Response Due
6/22/2007
 
Archive Date
6/7/2008
 
Small Business Set-Aside
Total Small Business
 
Description
On July 07, 2006, NASA/JSC issued plans to procure janitorial services at JSC, including Ellington Field (EF) and the Sonny Carter Training Facility (SCTF) as a partial follow-on to the current Center Operations Support Services (COSS) contract per Solicitation NNJ06162823RA. JSC pursued a 100% HUBZone set-aside contract in accordance with FAR 19.13 Historically Underutilized Business Zone (HUBZone) Program. This strategy is now changed to a 100% Small Business set-aside and is being conducted via this Solicitation (NNJ06162823RB). All information provided under NNJ06162823RA remains available to industry and can be found via the Custodial Procurement Website http://procurement.jsc.nasa.gov/coss/cust . Therefore, NASA/JSC plans to issue a Request for Proposal (RFP) to procure janitorial services at JSC, including Ellington Field (EF) and the Sonny Carter Training Facility (SCTF) as a partial follow-on to the current Center Operations Support (COSS) contract as a 100% Small Business set-aside. Activities included under the Custodial contract include basic services such as cleaning drinking fountains and wash stations; mirror/glass cleaning; elevator cleaning; dusting/cleaning entrances, hallways, and carpeted areas; clean and service restrooms, medical offices and laboratories; inside stairs, stairwells, ramps and landings; inside/outside entrance area floors; hard floor cleaning; vacuum carpets and rugs; machine scrub restrooms floors; spray buffing in hallways and solid waste removal; dusting/cleaning; unscheduled cleaning; interior windows/window area, Venetian blinds; exterior glass surface/window frames; strip, seal and wax/finish hard floors; steam clean carpet/rugs; emergencies/events/visitor custodial services; interior/exterior extermination; short-term supplemental waste removal; personnel requirements; and training. The contract will also require a recycling program, record reports, and submittals as required per the SOW and other applicable documents. JSC is a certified to the ISO 9001 and 14001 standards as a joint Government and contractor team, and is an OSHA VPP Star certified site. Interested parties are encouraged to address their experience in working within these environments. To fulfill these requirements, NASA plans to release a Final Request for Proposal (FRFP). The FRFP will result in a fixed price contract with an IDIQ (Indefinite Delivery/Indefinite Quantity) feature for additional requirements within the general scope of the Statement of Work. The contract will be written for a 2 year base, one 2 year option and one 1 year option for a total of five years. A Draft RFP (DRFF) will not be released as part of this solicitation but information from the original solicitation NNJ06162823RA is available via the Custodial Procurement Website. To aid industry in their proposal preparation, a change page log identifying changes from previous FRFP to current FRFP will be provided as the Government is further evaluating possible changes to the RFP. This evaluation may include changes to the pricing instructions/templates. A Pre-Proposal conference (PPC) will not be held but previous PPC slides (02/27/2007) are provided via the Custodial Procurement Website. A 30-day phase-in for the new contractor is planned. The solicitation and, to the extent possible, documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The internet site, or URL, for the Custodial Procurement is: http://procurement.jsc.nasa.gov/coss/cust Documents unavailable over the internet will be made available in the Technical Reference Library (TRL) at JSC. Currently, a TRL is posted to the Custodial Procurement Website. All qualified responsible sources may submit a proposal which shall be considered by the agency. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror?s responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html The NAICS Code and Size Standard are 561720 and $15M, respectively. This procurement is a total small business set-aside. See Note 1. An ombudsman has been appointed. See NASA Specific Note ?B?. All contractual technical questions must be submitted in writing to Michal Malik at michal.k.malik@nasa.gov no later than 15 days after issuance of this notice. Telephone questions will NOT be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#125132)
 
Record
SN01313116-W 20070609/070607222128 (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.