SOLICITATION NOTICE
S -- SOLICITATION; N40083-10-R-2326 JANITORIAL SERVICES FOR NAVAL SUPPORT ACTIVITY, CRANE, INDIANA & JANITORIAL & GROUNDS MAINTENANCE SERVICES FOR GLENDORA TEST FACILITY, NSA, CRANE, INDIANA.
- Notice Date
- 5/13/2010
- Notice Type
- Presolicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- N40083 NAVFAC MIDWEST PWD CRANE FEAD 300 Highway 361 Bldg 2516 Crane, IN
- ZIP Code
- 00000
- Solicitation Number
- N4008310R2336
- Point of Contact
- Debbie Dills 812 854 3234 Jason Rathsack, 812 854 8177
- E-Mail Address
-
Debbie Dills Email
(debbie.dills@navy.mil)
- Small Business Set-Aside
- HUBZone
- Description
- SOLICITATION; N40083-10-R-2326 JANITORIAL SERVICES FOR NAVAL SUPPORT ACTIVITY, CRANE, INDIANA & JANITORIAL & GROUNDS MAINTENANCE SERVICES FOR GLENDORA TEST FACILITY, NSA, CRANE, INDIANA, 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 AND DOWNLOADING AT THE FOLLOWING WEBSITE: https://www.neco.navy.mil The official planholders list will 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 REGISTER ON THE WEBSITE. All contractual and technical questions shall be submitted to Debbie Dills via facsimile at 812-854-3800 or e-mail at debbie.dills@navy.mil. Solicitation documents will only be available electronically at the following website: https://www.neco.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 combination 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 for the period stated. Work items for the fixed price portion are identified in both the schedule and exhibits and does not include work identified as indefinite quantity (IQ). The fixed price quantities shown in the schedule and exhibits are considered to be accurate estimates for this contract period.. The IQ quantities of supplies and services specified in the schedule and exhibits are estimates only and may be ordered electronically by DoD EMALL or by issuance of separate task orders. Under the terms of this type of contact, the Government does not guarantee a minimum amount of services to be ordered via the IQ schedule. Contractor Support of Electronic Facilities Support Contracting (e-FSC)is required. The contractor is required to offer 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 the indefinite quantity line items, 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 Defense (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, experience and management ability 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 $16.5 million. This solicitation is a HUB Zone Small Business Set-Aside procurement. Approximate release date is Monday, June 7, 2010 or sooner with proposals due at 4:00 p.m. (local time) on Thursday, July 8, 2010. Proposals will be due no earlier than 30 calendar days after solicitation is issued. A site visit is tentatively scheduled for Tuesday June 22, 2010; the actual date and time will be provided in the solicitation. Attendance at the site visit is not mandatory but is strongly encouraged.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68950CR/N4008310R2336/listing.html)
- Place of Performance
- Address: Naval Support Activity, 300 Hwy 361, Crane, IN
- Zip Code: 47522
- Zip Code: 47522
- Record
- SN02148713-W 20100515/100513235119-750be99849c84ba91d856244096f0ffd (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 |