Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

S -- Janitorial Services for Bureau of Indian Affairs -

Notice Date
6/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
BIA NWRO 00012<br />911 NE 11TH AVENUE<br />Contracting Office<br />Portland<br />OR<br />97232<br />US<br />
 
ZIP Code
97232
 
Solicitation Number
140A1219Q0001
 
Response Due
6/24/2019
 
Archive Date
7/9/2019
 
Point of Contact
Macauley, Anita
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Combined Synopsis/Solicitation: Janitorial Services for Bureau of Indian Affairs - Office of Justice Services, District 8, Bldg. 728, in Clark County Washington The purpose of the contract that shall result from this combined synopsis/solicitation is to provide for janitorial services at Bureau of Indian Affairs, Office of Justice Services District 8 offices, located on the Fort Vancouver National Historic Site in Vancouver, Washington, Clark County. The Contractor shall furnish all equipment, transportation, labor, supervision, and supplies (except as specified herein as Government furnished) necessary to maintain the designated building in a clean, sanitary, and acceptable condition. The contract will commence on or around July 15, 2019 and continue through on or about July 14, 2020, with four additional option years possible. This contract is to be awarded at a firm fixed price. Exercising of the option years is at the government's discretion, subject to availability of funding. The site of work is the Office of Justice Services District 8 office located in Building 728 on the Fort Vancouver National Historic Site located in Vancouver, Washington in Clark County, Washington. There is no address assigned to the building at this time; the closest physical address to building 728 is at 754 Vancouver Barracks Road, Vancouver, WA, 98661. The areas to be cleaned within this contract include the building's interior, including approximately 5,800 square feet in total on one floor with primarily carpeted flooring and hard surface (wood) floors in the hallways and a concrete entryway (see attached drawing for details and exceptions). The building has 2 restrooms with 2 toilets total, and 2 sinks. There is also a kitchenette with 1 sink. In addition, some exterior work will be required, as noted in the Statement of Work. Method of Solicitation: Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular FAC 2019-02/06-05-2019. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. North American Industry Classification (NAICS): 561720 (Janitorial Services): Size Standard is $18 Million. Set Aside: This requirement is set aside 100% for Indian Small Business Economic Enterprises (ISBEEs). General Information: The intent of this solicitation is to obtain quotes for janitorial services. See attachments, including Statement of Work, for complete project description. How to submit a quote: In order to be considered for award, provide quote by: 5:00 PM, Pacific Time on June 24, 2019 to Anita.MacAuley@bia.gov. No fax or mailed quotes will be accepted. Email must include "140A1219Q0001" in the subject line. DOCUMENTS TO RETURN: The following documents shall be submitted by the offeror for evaluation to be considered responsive: 1. Schedule of Items, fully filled out and signed/dated 2. Experience Questionnaire or a document demonstrating recent and relevant experience in respect to the size and scope of this particular project. 3. Operating Plan, Quality Control Plan and Biobased Plan 4. Resume of Key Personnel (if other than a Sole Proprietor) 5. Acknowledge Amendments if applicable (per the instructions in Block 11 on the SF-30). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/140A1219Q0001/listing.html)
 
Record
SN05337430-F 20190613/190611230023 (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.