SOLICITATION NOTICE
F -- Indoor Firing Range Housekeeping & Cleaning Services - GS-05P-12-GA-A-0002
- Notice Date
- 9/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Property Management Division, Regional Procurement Branch (5PTP), 230 S. Dearborn Street, 38th Floor, Chicago, Illinois, 60607, United States
- ZIP Code
- 60607
- Solicitation Number
- GS-05P-12-GA-A-0002
- Point of Contact
- Kathern M. Williams, Phone: 3128861060, Geneva Harris, Phone: 312-353-7520
- E-Mail Address
-
kathern.williams@gsa.gov, geneva.harris@gsa.gov
(kathern.williams@gsa.gov, geneva.harris@gsa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RPQ GS-05P-12-GA-A-0002 The U.S. General Services Administration has a requirement for Indoor Firing Range Housekeeping & Cleaning Services at three locations in Region 5. Location 1: Hammond U.S. Courthouse, 5400 Federal Plaza, Hammond, IN Location 2: Carl B. Stokes, U.S. Courthouse, 801 W. Superior, Cleveland, OH Location 3: Minnieapolis U.S. Courthouse, 300 S. 4th Street, Minneapolis, MN THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. THIS PROJECT WILL BE PROCURED AS A COMMERCIAL ITEM IN ACCORDANCE WITH FAR PART 12, ACQUISITIONS OF COMMERCIAL ITEMS. This notice shall serve as a combined synopsis & solicitation. Theefore, the solicitation is posted with this synopsis and can be downloaded instantly. A separate solicitation will not be posted. The solicitation may be accessed by clicking on the attached pdf file. The services described in the RFQ will be satisfied by issuance of a Blanket Purchase Agreement (BPA) between the GSA and the contractor. Orders for services will be ordered as a call against the BPA by issuance of a GSA Form 300. Offerors must submit offers for all locations in order to be considered for award. The Blanket Purchase Agreement will be awarded to the responsible offeror submitting the best offer in the aggregate for all locations. The contractor shall provide the management, supervision, manpower, equipment and supplies necessary to provide indoor firing range Housekeeping and Cleaning and related services as described herein. The Contractor shall be responsible for performing all work under this contract agreement in accordance with all Federal, State, County, and City laws, and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA) and the Environmental Protection Agency (EPA) and the National Institute of Building Sciences (NIBS). Each of the contractor's personnel that work on this project must hold a current Lead Contractor License in the State that the work is being performed. The contractor shall remove all hydraulic fluid and oil spillage caused by the collection vehicles at the loading dock. The Contractor shall develop and implement operational guidelines covering all aspects of the Lead and Brass Removal service. A copy of the guidelines shall be submitted to the COR within five (5) days after award. All equipment shall be maintained in accordance with the manufacturer's recommendations and/or the best practices of the industry. Contractor shall also submit Contractor's telephone number, mobile telephone number, fax line, and e-mail address to the COR five (5) days after award. The BPA will become effective upon award by the Government and will remain in effect until five (5) years from that date. The BPA will be reviewed annually to ensure that it still represents a "best value" for the Government. The amount of any one purchase under this agreement shall not exceed or be lower than the following minimum and maximum order limitations and lower amounts may be established for specific individuals named in this agreement. Maximum Order: $50,000.00 Minimum Order: $100.00 This procurement is open to small business concerns only. The North American Industrial Classification Code (NAICS) is 562910 (Remediation Services) with a size standard of $14 million. Potential offerors will be responsible for downloading the solicitation and monitoring FBO for amendments, if any, to the solicitation. All responsive offers from responsible offerors will be considered. All offers are to be submitted to the U.S. General Services Administration, Attn: Geneva Harris, 230 S. Dearborn Street, 38th Floor, Chicago, IL 60604. Offers are due on October 21, 2011 at 4:00 pm CST. Any questions regarding this notification should be directed to Mrs. Harris. This notice shall serve as a combined synopsis & solicitation. Therefore, the solicitation is posted with this synopsis and can be downloaded instantly. A separate solicitation will not be posted. The solicitation may be accessed by clicking on the attached pdf file.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/5PTP/GS-05P-12-GA-A-0002/listing.html)
- Place of Performance
- Address: Location 1: Hammond U.S. Courthouse, 5400 Federal Plaza, Hammond, IN, Location 2: Carl B. Stokes, U.S. Courthouse, 801 W. Superior, Cleveland, OH, Location 3: Minnieapolis U.S. Courthouse, 300 S. 4th Street, Minneapolis, MN, United States
- Record
- SN02589930-W 20110925/110923235153-46713d393a29d74342d8f263416e7d44 (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 |