Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
DOCUMENT

S -- Facilities Maintenance contractors to perform Janitorial services at thirteen (13) facilities in New Mexico and Texas: - Attachment

Notice Date
1/11/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AAQ-520 CS - Central Logistics Service Area (Southwest)
 
Solicitation Number
697DCK-18-R-00119
 
Response Due
1/26/2018
 
Archive Date
1/26/2018
 
Point of Contact
Carey Gonzalez, carey.gonzalez@faa.gov, Phone: 817-222-4370
 
E-Mail Address
Click here to email Carey Gonzalez
(carey.gonzalez@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified Facilities Maintenance contractors to perform Janitorial services at the following thirteen (13) facilities in New Mexico and Texas: 1. Farmington ATCT, New Mexico Airport Traffic Control Tower, 1290 W. Navajo Street, Farmington, NM 87401 This location is approximately 3,270 square feet. Cleaning to be done 3 days a week (Monday, Wednesday and Friday); time of day to be determined by Contracting Officer s Representative (COR). 2. Santa Fe FCT-ATCT 121 Aviation Dr. Santa Fe, NM 87507 This location is approximately 2,201 square feet. Cleaning to be done 3 days a week (Monday, Wednesday and Friday); between 8:00am and 5:00pm. 3. Albuquerque ATCT/TRACON 2800 Kirtland Drive, Albuquerque, NM 87117 This location is approximately 8,000 square feet. Cleaning to be done 6 days a week (Sunday through Friday); time of day to be determined by Contracting Officer s Representative (COR). 4. Roswell ATCT/TRACON 30 West Challenger Roswell, NM 88202 This location is approximately 10,000 square feet. Cleaning to be done 5 days a week, time of day to be determined by Contracting Officer s Representative (COR). 5. Roswell SSC 30 West Challenger Roswell, NM 88202 This location is approximately 3,159 square feet. Cleaning to be done 3 days a week (Monday, Wednesday and Friday); time of day to be determined by Contracting Officer s Representative (COR). 6. El Paso ATCT/TRACON 2050 Hawkins Blvd El Paso, TX 79925 This location is approximately 13,234 square feet. Cleaning to be done 6 days a week; time of day to be determined by Contracting Officer s Representative (COR). 7. Abilene ATCT/TRACON 2925 Lance Dr Abilene, TX 79602 This location is approximately 11,000 square feet. Cleaning to be done 6 days a week; time of day to be determined by Contracting Officer s Representative (COR). 8. Amarillo ATCT/TRACON 2000 English Road Amarillo, TX 79108 This location is approximately 5,857 square feet. Cleaning to be done 6 days a week; time of day to be determined by Contracting Officer s Representative (COR). 9. Amarillo SSC 1920 English Road Amarillo, TX 79108 This location is approximately 2,700 square feet. Cleaning to be done on Monday and Wednesday between 8 am and 3pm. 10. Amarillo LRR 3601 N FM 1912 Amarillo, TX 79108 This location is approximately 3,000 square feet. Cleaning to be done on Wednesday; between 8 am and 230 pm. 11. Midland ATCT/TRACON 2500 North Plisak Drive Midland, TX 79711 This location is approximately 9,000 square feet. 6 days a week (Monday through Saturday) between 8 am and 3pm. 12. Lubbock ATCT/TRACON 7001 North Martin Luther King Jr. Blvd Lubbock, TX 79403 This location is approximately 9,639 square feet. 6 days a week (Monday through Saturday) between 1 pm and 10pm 13. Lubbock CWO 6302 No. Vanda, Lubbock, TX 79403 This location is approximately 200 square feet. Cleaning to be done 3 days a week (Monday, Wednesday and Friday); between 8:00am and 5:00pm. Below is a sample list of janitorial services to be provided at the above locations. 1.Empty all wastebaskets and replace plastic liners daily. 2.Vacuum all carpeted areas & remove spots daily. 3.Clean and sanitize restroom toilets, sinks, stalls and urinals daily. 4.Empty trash cans/ash trays and pick up trash in parking lot weekly. 5.Dust cabinets above and beneath radar scopes in TRACON Control room and counter tops in the Tower Cab weekly. 6.Wash tower windows both inside, outside, and window stanchions bi-weekly 7.Clean, wax and buff all tile floors monthly. 8.Clean all refrigerators externally which includes the sides and underneath the refrigerators monthly. 9.Clean all air conditioning vents monthly. 10.Clean and shampoo all carpet semi-annually. This list is only a small sampling of janitorial services to be provided and is NOT all-encompassing. The contractor will be required to provide all labor, materials, supplies, and equipment (except Government furnished) to perform this work in accordance with the statement of work provided with the SIR and with all local, state, and federal laws. This is NOT a Screening Information Request (SIR) or Request for Proposal (RFP). Work will be done in an operational facility and the contractor shall comply with all procedures, rules and regulations of the facility authorities including limitations on equipment, allowable work hours, and other issues to ensure uninterrupted operations. All work shall be in accordance with the plans and specifications. 1. This project is tiered evaluation set-aside and is open to all Facilities Maintenance Contractors. 2. The North American Industry Classification System (NAICS) is 561720, Janitorial Services. The size standard is $18.0 million. 3. The project magnitude is between $1,300,000.00 and $1,500,000.00. 4. A mandatory site visit will be required. The date, time, location, and point of contact will be provided with the solicitation package. 5. The contractor receiving award is expected to perform at least 25% of the work utilizing their own employees. The contract will be base and four option years. 6. Contractors must have an active registration in System Award Management (SAM) before award can be made. Contractors can register at www.sam.gov/. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO RECEIVE A SOLICITATION PACKAGE: 1.Using the Past Experience form (Attachment #1), provide a listing of at least: a.5 past or current Facilities Maintenance contracts/projects your firm has performed in the same size ($1,300,000.00 and $1,500,000.00) and scope of this project within the last 5 years. Contracts/projects must be either in process or within the last 5 years. b.Similar work must include FAA Centers, Towers, or other life-critical facilities (i.e. hospitals, schools, prisons, etc.). c.You must provide the contract number or project identifier, which includes a point of contact and phone number. The information provided will also be used as part of the responsibility determination. 2.A financial capability letter from your financial institution. a.Name, email and telephone number of bank s point of contact b.Number of year s business has been conducted with each bank c.Types of open accounts (checking, loans, etc) d.Balance of current accounts (the banks will provide a range of figures for this information, such as medium five-figures range) 3.Complete and return the Document Security Notice to Prospective Offerors (Attachment #2). FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR SOLICITATION AS NONRESPONSIVE. Requests must be emailed to carey.gonzalez@faa.gov no later than Friday, January 26, 2018 at 12:00pm CST. Please place Attention: Janitorial Services Albuquerque District in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. "This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169." 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/29008 to view the original announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/SWR/697DCK-18-R-00119/listing.html)
 
Document(s)
Attachment
 
File Name: 697DCK-18-R-00119 Past Experience Attachment 1 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85489)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85489

 
File Name: 697DCK-18-R-00119 Security Notice to Prospective Offerors Attachment 2 (pdf) (https://faaco.faa.gov/index.cfm/attachment/download/85488)
Link: https://faaco.faa.gov/index.cfm/attachment/download/85488

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04787174-W 20180113/180111230810-f31b60c11c4965577c8d1b35114a6668 (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.