Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOURCES SOUGHT

J -- Port Angeles, WA - Jan/Mech SS - Sources Sought - Add. Info

Notice Date
3/6/2017
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R10 Facility Division, Facilities Operations Support Br (47PL02), 400 15th Street SW, Auburn, Washington, 98001-6599, United States
 
ZIP Code
98001-6599
 
Solicitation Number
SS_Port_Angeles_3_6_17_0001
 
Archive Date
3/29/2017
 
Point of Contact
Michael A. Metje, Phone: 2539317456
 
E-Mail Address
michael.metje@gsa.gov
(michael.metje@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE GSA IS NOT SEEKING PRICING OR OFFERS. Number: SS_Port Angeles_3.6.17_0001 The General Services Administration (GSA), Region 10 is currently requesting information in order to determine the existence of viable commercial sources capable of providing Janitorial Landscaping and Operations and Mechanical services at Anderson Federal Building located at 138 W. 1 st Street, Port Angeles, WA 98362. The intended contract period of performance is for a base year with four (4) one-year option periods. Description of Services: The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform facilities investment services, inclusive of a preventative maintenance program and repairs for facilities; custodial services, pest control services, integrated solid waste management services, and grounds maintenance and landscaping services. The NAICS code assigned is: 561720, Janitorial Services and the small business size standard is $18.0 million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the sources sought questionnaire below and email your response to michael.metje@gsa.gov no later than 12:00 PM PST on 14 March 2017. Include any comments or questions you may have. Also provide your capability statements within your response. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Company POC ____________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 561720, Janitorial Services and the small business size standard is $18.0 million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 3. If your company were selected, how many calendar days would your company need after the contract award date before providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 4. If your company were selected, would you be able to complete the provided HSPD-12 clearance applications with your proposal? 5. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 6. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/10PZS/SS_Port_Angeles_3_6_17_0001/listing.html)
 
Place of Performance
Address: 138 W. 1st Street, Port Angeles, Washington, 98362, United States
Zip Code: 98362
 
Record
SN04424344-W 20170308/170306234630-9b921ade22793ace516a005116cc6f78 (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.