Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 26, 2014 FBO #4505
SOLICITATION NOTICE

S -- JANITORIAL SERVICES

Notice Date
3/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Justice, Bureau of Prisons, FCI Edgefield, PO Box 723, 501 Gary Hill Road, Edgefield, South Carolina, 29824
 
ZIP Code
29824
 
Solicitation Number
RFPX05076
 
Point of Contact
CONTRACTING OFFICER, Phone: 803-637-0521
 
E-Mail Address
COFFICER@GMAIL.COM
(COFFICER@GMAIL.COM)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PLEASE NOTE - THIS IS NOT A VALID PRE-SOLICITATION NOTICE. THIS IS ONLY BEING COMPLETED FOR TRAINING PURPOSES. The X Agency will solicit proposals from Small Businesses to perform Janitorial Services at the Headquarter Management and Research Facility (HMRF) in Jackson, Mississippi. The contractor shall be responsible for the provision, maintenance, and storage of all equipment required to perform janitorial services. The contractor will provide janitorial services, five (5) days a week for approximately 34,000 square feet (ft2). In addition, contractor must able to respond to janitorial needs within 15 minutes of notice and provide additional services as required during weekends, Federal Holidays, and time periods beyond normal business hours (8:00 am -5:00 pm), and any period declared as emergency or exigency by the senior government official at the facility. Additional Regular Cleanings: Contractor shall provide, at no increase to the fixed monthly price for janitorial services, up to a maximum of 30 additional cleanings per month. Such cleanings will be limited to specific areas, such as individual restrooms, hallways or other areas. Additional cleanings may be required and will be separately authorized by task order issued by the CO. Contractor shall provide janitorial services for interior of the HMRF. Such services include, but are not strictly limited to the following type of efforts. a.) Cleaning, polishing, sealing, of non-carpet floor areas, including entry/foyer and security area. As well as uncarpeted hallways of the lower level (below ground). b.) Cleaning of carpeted hallways, office, and common areas, such as conference rooms and classrooms of all the lower levels 1 through 5. c.) Cleaning of restroom, to include sinks, toilets, urinals, mirrors, fixtures, exposed pipe, toilet stall panels and doors, floors, tiled walls, counters, cabinets, and sanitary item dispensers. d.) Cleanup of non-hazardous spills and litter (natural or man-made). e.) Cleaning of water fountains located in common areas. f.) Storage and stocking of standard commercial restroom supplies, cleaning supplies, and janitorial equipment (brooms, mops, buckets, vacuum cleaners, "wet floor" and "cleaning in progress" signs and similar items. g.) Cleaning of floors, windows, furniture, and fixtures. h.) Cleaning of solarium area glass, doors, counters and furniture including front glass panels of the solarium facing arc up to a height of 7 feet. i.) Cleaning of the facility foyer/reception and security area, which includes marble tile flooring. j.) Cleaning of the foyer/reception and security (solarium) area floors. k.) Cleaning of the solarium area furniture, front desk, rug cleaning and trash removal. l.) Cleaning of the employee break areas. m.) Cleaning of the communications and control office. n.) Cleaning of the Executive Suite. Contractor employees will be required to meet all security requirements which are more fully detailed in the attached Statement of Work. This Pre-solicitation notice for janitorial services is prepared in accordance with the format in FAR Part 15.201, as supplemented with additional information included in this notice. The Request for Proposal number is RFPX05076. The solicitation and subsequent contract award incorporates provisions and clauses in effect through FAR. Pursuant to FAR 19.501, this acquisition is a Service-Disabled Veteran-Owned small business set-aside. (http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/19.htm#P366_84462). Faith-Based and Community-Based Organizations have the right to submit quotes equally with other organizations for contracts for which they are eligible. All responsible sources may submit a quote which will be considered. The North American Industry Classification System (NAICS) code for this acquisition is 561720 and the small business size standard for this NAICS code is $16.5 million dollars in annual receipts. All responsible sources considered a Small Business under this NAICS code are eligible to respond to this solicitation. X Agency intends to award a firm fixed price contract with one (1) base year and four (4) one year option periods as well as a possible extension of performance not to exceed six months on a competitive basis to one responsive and responsible Offeror. The Offerors shall be considered responsible as defined within the meaning of FAR 9.104-1. It is anticipated that the RFP will be issued on 08/25/2014 via modification and uploaded to this Pre-solicitation Notice. The anticipated award date is on 09/15/2014. No fax RFP. Potential Offerors are hereby notified that future information about this acquisition, including the solicitation and subsequent amendments, will only be available on the Federal Business Opportunities website www.fbo.gov. Interested parties are responsible for monitoring the FedBizOpps website to assure that they have the most up-to-date information about this acquisition. Any questions must be submitted in writing via email only to Mr. Contracting Officer, Contracting Officer, no later than 2:00 p.m. Eastern Standard Time on Monday, September 15, 2014. Prior to submitting a proposal, vendors must be actively registered in the System for Award Management (SAM) system. Registration instructions maybe obtained, and online registration may be accomplished at www.sam.gov.. By submitting a proposal, the offeror acknowledges the requirement to be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from the solicitation. Prospective contractors must be registered with SAM prior to award of any contract. In addition, there is a federal initiative called Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulations (FAR). To be eligible for a contract award and prior to submitting an offer, a firm must be registered in the database. Please register your Representations and Certifications at https://orca.bpn.gov/. Detailed information can be found in cited FAR case, as well as by visiting the help section of the ORCA website. The help section includes background information, frequently asked questions, the ORCA handbook, and a phone number to call for assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/30303/RFPX05076/listing.html)
 
Place of Performance
Address: HEADQUARTERS MANAGEMENT AND RESEARCH FACILITY, 100 CLEANING ROAD, JACKSON, Mississippi, 75051, United States
Zip Code: 75051
 
Record
SN03318880-W 20140326/140324235028-b493c626af6ef8d0a25afabe0e434fea (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.