Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
DOCUMENT

S -- Janitorial Services - Peoria, IL ATCT - Attachment

Notice Date
2/16/2017
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CN - Central Logistics Service Area (Central)
 
Solicitation Number
DTFASA-17-R-00162
 
Response Due
2/21/2017
 
Archive Date
2/21/2017
 
Point of Contact
Jennifer Davis, jennifer.j.davis@faa.gov, Phone: 817-222-4349
 
E-Mail Address
Click here to email Jennifer Davis
(jennifer.j.davis@faa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
** Amendment 000001 - The purpose of this amendment is to include AMS clause 3.6.2-40 Nondisplacement of Qualified Workers (April 2009) into Section I in Full Text. No other changes have been made. - Please sign DTFASA-17-R-00162-000001 and include it with your proposal submission. This Combined Synopsis/Solicitation requires janitorial services to be completed as required in the Statement of Work that is located in Section C of the Solicitation DTFASA-17-R-00162 for the Peoria, IL ATCT (Airport Traffic Control Tower). This is acquisition is set-aside for Small Business. The principal North American Industry Classification System (NAICS) code applicable to this effort is 561720 “ Janitorial Services with the size standard of $18 million. The resulting award will be Firm-Fixed Price contract with a base year period of performance of April 1, 2017 through March 31, 2018 plus four option years. A Site Visit will be held on Thursday, February 9, 2017 10:00 am Central Time. Please email me with the names of those attending and your company name no later than Wednesday, February 8, 2017 by 10:00 am Central Time. The site visit will be held at the Airport Traffic Control Tower (ATCT) at the Peoria Regional Airport, Airport Traffic Control Tower (ATCT), 6100 E.M. Dirksen Parkway, Terminal Building 5th & 6th Floor, Peoria, IL 61607-1220. Please document all your questions while at the site visit and submit them to me via email by the date and time as directed below. Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contract Officer, at jennifer.j.davis@faa.gov no later than 4:00 pm Central Time on Monday, February 13, 2017. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. If there are any responses that are to be made public, they will be provided either as an amendment to this SIR or as a clarifying announcement added to this SIR. SIR amendments and SIR clarifying announcements, if needed, will be posted on this FAA Contract Opportunities website at https://faaco.faa.gov/ by 2:00 pm Central Time on Wednesday, February 15, 2017. All responses to this SIR must follow the submission instructions found in Section L of the SIR, reference the solicitation number and be submitted to the following address: jennifer.j.davis@faa.gov. SUBMISSION REQUIREMENTS The following documents are required in each contractor ™s proposal to allow the Contracting Officer to make a responsibility determination. [X] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken [X] Signed SOLICITATION, OFFER, AND AWARD form (amendments if issued) [X] Signed Amendment - DTFASA-17-R-00162-000001 [X] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data) [X] A financial capability letter from your financial institution with the below listed - Name, email and telephone number of bank's point of contact - Number of year's business has been conducted with each bank - Types of open accounts (checking, loans, etc) - Balance of current accounts (the banks will provide a 'range of figures' for this information, such as medium five figures range) [X] A certificate of liability from your insurance company that shows [X] Past Performance Questionnaires (J-2) from three (3) sources Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (February 21, 2017). Reference AMS Clause 3.3.1-33, paragraph (d), œif the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror. DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL (jennifer.j.davis@faa.gov). NO PHONE CALLS WILL BE ACCEPTED. MILESTONES 2/2/17 - SIR Posted to FAACO 2/8/17 - Site Visit Attendee List due by 10:00 am CT 2/9/17 - Site Visit at 10:00 am CT 2/13/17 - Questions due by 4:00 pm CT 2/15/17 - Answers out by 2:00 pm CT 2/21/17 - Proposals due by 12:00 noon CT All submissions must be received by no later than 12:00 noon Central Time on Tuesday, February 21, 2017. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted. The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned. If you're viewing this announcement from a source other than Federal Aviation Administration Contract Opportunities (FAACO), visit https://faaco.faa.gov/index.cfm/announcement/view/26626 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/CRMO/DTFASA-17-R-00162/listing.html)
 
Document(s)
Attachment
 
File Name: 16 - DTFASA-17-R-00162-000001 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/75556)
Link: https://faaco.faa.gov/index.cfm/attachment/download/75556

 
File Name: Q&A - DTFASA-17-R-00162 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/75553)
Link: https://faaco.faa.gov/index.cfm/attachment/download/75553

 
File Name: 16 - J-1 WD 15-2173 Rev 3 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/75552)
Link: https://faaco.faa.gov/index.cfm/attachment/download/75552

 
File Name: 16 - J-2 Past Performance Questionnaire (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/75555)
Link: https://faaco.faa.gov/index.cfm/attachment/download/75555

 
File Name: 16 - DTFASA-17-R-00162 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/75554)
Link: https://faaco.faa.gov/index.cfm/attachment/download/75554

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04406298-W 20170218/170216235556-2cc4340cf266fd592f941e2e807947b4 (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  © 1994-2020, Loren Data Corp.