Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOURCES SOUGHT

S -- Janitorial and Related Services

Notice Date
3/8/2018
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), R5 Acquisition Management Division (47PF00), Please refer to the notice for address and remittance information., United States
 
ZIP Code
00000
 
Solicitation Number
47PF0017R0089
 
Archive Date
4/11/2018
 
Point of Contact
Connie J. Bilek-Hammond, Phone: 2165224594
 
E-Mail Address
connie.bilek-hammond@gsa.gov
(connie.bilek-hammond@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The General Services Administration (GSA) seeks a Provider/Offeror for "Janitorial and Related Services" at the Benton Federal Building & U.S. Courthouse 301 West Main Street Benton, IL 62812. This is a 5 year contract with 1 base year and 4 (one) year options. The period of performance is from December 1, 2018 to November 30, 2023. The contractor shall perform the following: -Furnish all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, except as may be expressly set forth as Government furnished, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract. This work shall be in accordance with all Federal, State and local standards as well as the most current version of all applicable consensus standards including any supplements or revisions. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to the Occupational Safety and Health Act (OSHA) and NIBS. -Ensure that their employees are properly trained, licensed and/or certified to operate necessary building systems or equipment for which licensed and/or certified personnel are required by Federal, State, or local laws; codes, or ordinances. -Be responsible to make the management and operational decisions to meet the quality performance standards required under this contract. -Use innovation, technology and other means and methods to develop and perform the most efficient cleaning services for the building. -Implement an effective Quality Control Plan (QCP). -Implement an effective service call system that results in prompt, professional, and courteous resolution of tenant concerns. -Keep the CO or their designee informed of current status of the work being performed, provide work schedules and provide other pertinent information needed by the CO or their designee. -Reduce the environmental impacts of work performed under this contract by using, to the maximum extent, environmentally sound practices, processes, and products. -Provide training/certifications for their employees that stress s tewardship in cleaning practices i.e., the use, disposal and recycling of cleaning chemicals; and dispensing equipment and packaging. -Landscaping/Grounds Maintenance and snow removal is also included in this contract. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to connie.bilek-hammond@gsa.gov no later than Tuesday March 27, 2018 12:00 PM (Eastern Time). Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number and email address, DUNS number and capability statement for the services as stated above. Additionally include; three customer references to which you have provided similar services, and your company business size pursuant to the following questions: (1) Is your business large or small, (2) If small, does your firm qualify as a small, emerging business or small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act, (4) Is your firm a certified Hubzone firm? (5) Is your firm woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned Small or Veteran Owned Small Business? The Method of Award for any future solicitation is based on past performance and price. THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT," SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d942678fa1676cebb9758d01b91cc1a)
 
Place of Performance
Address: Benton Federal Building & U.S. Courthouse, 301 West Main Street, Benton, Illinois, 62812, United States
Zip Code: 62812
 
Record
SN04848275-W 20180310/180308231806-9d942678fa1676cebb9758d01b91cc1a (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.