Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2010 FBO #3102
MODIFICATION

S -- Dormitory Change of Occupancy Maintenance and Cleaning

Notice Date
5/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1695 Wright Brothers Ave, Seymour Johnson AFB, North Carolina, 27531
 
ZIP Code
27531
 
Solicitation Number
FA480910R0007
 
Archive Date
6/17/2010
 
Point of Contact
Zachary W. Wilcox, Phone: 9197227145, Brent M. Whitaker, Phone: 9197225405
 
E-Mail Address
zachary.wilcox@seymourjohnson.af.mil, brent.whitaker@seymourjohnson.af.mil
(zachary.wilcox@seymourjohnson.af.mil, brent.whitaker@seymourjohnson.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DORMITORY CHANGE OF OCCUPANCY MAINTENANCE AND CLEANING: Requirement consists of providing all management, tools, equipment, and labor necessary to ensure that Dormitory change of occupancy maintenance (DCOM) and cleaning services are performed at Seymour Johnson AFB, in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance for unaccompanied personnel units in Buildings 3603, 3605, 3606, 3607, 3613, 3614, 3615, 3616, 3651, and 3652. The contractor shall accomplish DCOM services within two days of being assigned a unit. The contractor shall perform cleaning, move furniture and replacement/repair maintenance, to include, but not limited to, the following areas: Interior Patching/Painting/Stippling; Repair/Replace Wall Receptacles, Switch and Utility Covers; Repair/Replace Towel, Toothbrush and Toilet Roll Hangers; Vacuum/Shampoo/Spot Clean Carpet IAW Manufacturer's recommendations; Clean/Vacuum HVAC Unit/and All Vents; and Clean Entire Bedroom, Closet(s) and Bathroom (if bathroom is not shared by other occupants). Performance will commence on or about 1 Jul 2010. The contract will include an anticipated base period from 1 Jul 10 - 30 Sep 10, and possibly four (4) subsequent pre-priced one year option periods. The resultant contract will be a firm-fixed price combination requirements/indefinite quantity contract. THE PROPOSED SOLICITATION IS BEING SET-ASIDE TO SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) CONCERNS. The applicable North American Industry Classification System (NAICS) for this acquisition is 561210, with an annual small business standard of $35.5M. The successful contractor will be selected using performance/price tradeoff procedures in accordance with FAR 15.101-1, resulting in the Best Value to the Government. Performance is significantly more important than price. Recent, relevant, past and present performance is defined as performance of the same or similar type of work within the last three years. It is anticipated that the solicitation will be issued electronically on or about 25 May 2010 via Federal Business Opportunities website. To ensure you receive notification of changes to the solicitation you must register on that site. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Registration requires applicants to have a DUNS number. Registration may take up to 3 weeks to process. Recommend registering immediately in order to be eligible for timely award. Effective 01 Jan 2005, the Federal Acquisition Regulation (FAR) requires the use on Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to subject solicitation must go the http://www.bpn.gov to add/update its ORCA record.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/FA480910R0007/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, North Carolina, 27531-2459, United States
Zip Code: 27531-2459
 
Record
SN02156813-W 20100523/100521235322-48737fbffd52e03ccbd26625c7fdbeb3 (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.