Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOURCES SOUGHT

S -- Janitorial Services

Notice Date
9/16/2009
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Manhattan Acquisition Unit (2POA-M), 26 Federal Plaza, Room 16-124, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
409508
 
Archive Date
9/30/2009
 
Point of Contact
Joyce Taylor, Phone: 212-264-3581
 
E-Mail Address
joyce.taylor@gsa.gov
(joyce.taylor@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a sources sought notice; it is a market survey for informational purposes only. This is not a solicitation for proposals and no contract will be awarded as a result of this notice. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The purpose of this notice is to gain knowledge of potentially qualified sources. Please do not request a copy of a solicitation, as one does not exist. The U.S. General Services Administration’s (GSA), Northeast and Caribbean Region (NYC Office) is seeking, for preliminary planning purposes only, qualified and experienced sources that have the capability to provide performance-based Janitorial, custodial and related services. The required services will be primarily located within the property line in a Federal Building and U.S. Courthouse in New York. The intended firm fixed price contract is for a term of one-year with four, one-year options. Building Statistics: Seven (7) Stories Interior – Gross Area – 147,113 Square Feet Occupiable Area: 82,063 Square Feet Exterior – Outside Area – 78,432 Square Feet Paved & Parking Lot Area, 51,429 Square Feet The Contractor shall provide two major functional areas: standard services, and above standard services: STANDARD SERVICES INTERIOR, Performance Standards, Floor Care, Carpet and Rugs, Floor Mats and Runners, Restrooms, Shower Rooms, Locker Rooms, and Holding Cells, Fixtures, Surfaces, Walls, High Cleaning, Trash, Wastebaskets, and Ash Receptacles, Recyclables, Elevator, Escalators, and Stairways, Plate Glass Window Washing, Blinds and Coverings (Not including Drapes, Curtains, and Unique Coverings), Policing, Interior and Atrium Plants (Government Plants), Concessions, Postal Space, Fitness Centers, Health Units, and Laboratories. EXTERIOR, Performance Standards, Plate Glass, Window Washing, Canopies, Hard Surface Areas, Ash Receptacles and Trash Containers, Surfaces (signs, vending machines, tables, etc.), Parking Structures, Parking Lot(s), and Dock Areas, Excrement Removal (Human, avian and rodent),Policing Outside Areas, Snow and Ice Removal. GROUNDS MAINTENANCE, Grounds Maintenance Services, Composting, Trees and Shrubs, Mulching, Mowing and Edging, Leaf Removal, Over Seeding, Dethatching, and Plugging, Fertilization, Flowerbeds and Plants, Soil and Ground Cover, Unimproved Grounds,Fence Lines, Weeds, Irrigation, Watering, Adjust, Clean, and Set Automatic Controllers, Integrated Pest Management Plan, Plant Replacements. ABOVE STANDARD SERVICES Carpet Extraction (Private Areas), Window Washing, Postal Lock Boxes and Mail Cases, Blinds and Coverings (Not Including Drapes, Curtains, and Unique Coverings), Pressure Washing and Steam Cleaning, Tree Thinning, Government Furnished Trees and Plants (Planted in Ground or Planters), Snow and Ice Removal for Areas Requiring Heavy Equipment. The contractor would be required to use innovation, technology and other means and methods of develop and perform the most efficient cleaning services for the building and Implement an effective Quality Control Plan and service call system. The Contractor shall employ practices and techniques as they relate to cleaning, trash, and materials handling that reduce the sources of food, harborage, and access routes used by pests in and around buildings. Techniques may include, but are not limited to, keeping containers closed, removal of debris, etc. The Contractor shall have an Integrated Pest Management (IPM) Plan, this is a preventive maintenance process that coordinates many different programs to reduce sources of pest on a long-term basis for both the interior and exterior areas of a building as defined in 7 U.S.C. 136r-1 (http://uscode.house.gov/uscode). The Contractor shall furnish all personnel, labor, equipment, material, tools, supplies, supervision, management, and services, doing all things necessary to, or incident to, perform and provide work efforts. The Contractor shall comply with all applicable Federal, state and local laws, regulations and codes, including any supplements or revisions. The Contractor shall take every precaution to ensure that if available, only safe and environmentally preferable products are used. Preference shall be given to cleaning products that meet the following: United States Department of Agriculture (USDA) designated bio-based products, Green Seal certified (Standard GS-37 for Commercial and Institutional Cleaners, Comprehensive Procurement Guidelines (CPG)), and applicable Executive Orders. The Government intends to set aside the procurement to small business 8(a) concerns at fair market prices (Concerns whose average annual revenue does not exceed $16.5 million under NAICS 561720). 8(a) concerns are strongly urged to respond. (See FAR 19.805-2 for eligibility requirements). Submit compatible qualifications, NO LATER THAN WEDNESDAY, SEPTEMBER 23, 2009, to: Joyce Taylor, Contract Specialist, General Services Administration, Federal Service Center (2PSAM), 26 Federal Plaza, Room 3132, New York, NY 10278. If you have any questions, please e-mail to: joyce.taylor@gsa.gov. The Government is seeking interested firms to furnish the following information: 1) Company name, address, point of contact, telephone number, and e-mail address; 2) Business size under the North American Industry Classification System (NAICS) 561720 (if 8(a), provide proof of certification, etc); 3) Under which NAICS does your company usually provide the services identified above? 4) Which of the following would you see as your role in the performance of a potential requirement of this nature? A) Prime Contractor, b) Subcontractor, or c) Other (please describe); 6) Provide no more than three references from no more than three of the most recent and relevant contracts performed within the last three years. Include names, addresses, telephone numbers and e-mail addresses of references. Also, provide a brief description of the work performed, and the period of performance. Information on contracts must be the same to the nature of this subject requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/2PMCF2/409508/listing.html)
 
Place of Performance
Address: Charles L. Brieant, Jr., Federal Building and U.S. Courthouse, 300 Quarropas Street, White Plains, New York, 10601, United States
Zip Code: 10601
 
Record
SN01958140-W 20090918/090917001828-a7d2078f57638bb8076c8197dd61d51b (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.