Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2014 FBO #4435
SOURCES SOUGHT

S -- Custodial and Related Services - Charles L. Brieant Federal Courthouse, 300 Quarropas Street, White Plains, NY

Notice Date
1/13/2014
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management Division Operation Branch B, 26 Federal Plaza, New York, New York, 10278, United States
 
ZIP Code
10278
 
Solicitation Number
GS-02P-14-PV-D-0004
 
Archive Date
2/28/2014
 
Point of Contact
Jayshree G. Tank, Phone: 2125778681, Lawrence Eng, Phone: 212-577-7902
 
E-Mail Address
jayshree.tank@gsa.gov, lawrence.eng@gsa.gov
(jayshree.tank@gsa.gov, lawrence.eng@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation or a request for proposal and no contract will be awarded from this notice. This posting is for market research purposes only. Large businesses need not respond. The General Services Administration, Region 2, Public Buildings Service, is conducting market research to determine if there is any 8(a) Small Businesses that have the current relevant qualifications, experience, personnel, and capability to perform the work described herein. The General Services Administration, Region 2, Public Buildings Service, is seeking, for preliminary planning purposes only, qualified and experienced sources that have the capability to provide custodial and related services with a Performance-Based Statement of Work (PBSOW) at Charles Brieant Us Federal Courthouse 300 Quarropas Street, White Plains, NY 10601. The intended fixed price with economic price adjustment contract is for a term of one-year with four, one-year options. The contract consists of 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, Dusting, Trash, Wastebaskets, and Ash Receptacles, Recyclables, Elevators, Escalators, and Stairways, Plate Glass, Window Washing, Blinds and Coverings (Not including Drapes, Curtains and Unique Coverings), Policing Inside Areas, Interior and Atrium Plants (Government Plants), Concessions (Cafeterias, Snack Bars And Vending Machine Areas), Fitness Centers, Health Units And Laboratories. EXTERIOR, Performance Standards, Window Washing, Canopies, Hard Surface Areas, Ash Receptacles and Trash Containers, Surfaces (signs, vending machines, tables, etc.), Graffiti Removal, Excrement Removal (Human, Bird And Animal), Policing Outside Areas, Snow And Ice Removal Grounds Maintenance, Landscape Erosion Management, Grounds Maintenance Services, Composting, Trees And Shrubs, Mulching, Mowing And Edging, Leaf Removal, Over Seeding, Dethatching And Plugging, Fertilization, Flowerbeds And Plants, Plant Replacements, Soil And Ground Covers, Fence Lines, Weeds, Irrigation, Watering, Adjust, Clean And Set Automatic Controllers, Integrated Pest Management Plan (IPM) Above Standard Services Carpet Extraction (Private Areas), Window Washing, Washing 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 contactor 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 have a plan that employs practices and techniques, as they relate to cleaning, trash, and materials handling, that reduce the sources of food and water, harborage, and access routes used by pests in and around the building. The contractor shall have Integrated Pest Management (IPM) Plan, this a preventive maintenance process that coordinates many different programs to reduce sources of pests on a long-term basis for both the interior and exterior areas of a building as specified in 7 U.S.C. 136r-1 ( 7 USC § 136r-1 - Integrated Pest Management | LII / Legal Information Institute ). The contractor shall Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, to accomplish all actions necessary to or incident to, perform and provide the work efforts and shall plan, schedule, coordinate and assure effective performance of all custodial and related services. The Contractor shall comply with all applicable Federal, State and local laws, regulations, and codes, including any supplements or revisions. The Contractor shall use safe and environmentally friendly products. The Contractor shall use green cleaning products, processes and equipment, and shall demonstrate such capability by submitting a green cleaning plan. The Government intends to set aside the procurement to small business 8(a) concerns. All qualified 8(a) Small Businesses, certified by Small Business Administration, are encouraged to respond. The Government will not pay for any information received from this Sources Sought Notice. One of the main purposes of this Sources Sought Notice is to assist the Contracting Officer in determining if a Set-Aside is the acceptable strategy for the procurement. The appropriate NAICS Code is 561720 (Custodial Services). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The Government is seeking interested firms to furnish the following information: (1) Company names, 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); (5) Your company's overall Bonding Capacity and (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. To be eligible for contract award, a firm must be registered in the System Award Management (SAM) at http://www.sam.gov and have completed on-line representations and Certifications at https://orca.bpn.gov. The System for Award Management (SAM) is a Federal Government owned and operated free web site that consolidates the capabilities in CCR/FedReg, ORCA, and EPLS. Interested parties should send expressions of interest, no later than close of business January 27, 2014, to Jayshree Tank, Contract Specialist, at jayshree.tank@gsa.gov or Lawrence Eng, Contracting Officer, at lawrence.eng@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b3b180f559161b1c894a0f61b8fbacbb)
 
Place of Performance
Address: Charles Brieant Us Federal Courthouse 300 Quarropas Street, White Plains, New York, 10601, United States
Zip Code: 10601
 
Record
SN03266436-W 20140115/140113235851-b3b180f559161b1c894a0f61b8fbacbb (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.