Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOURCES SOUGHT

S -- Janitorial Services

Notice Date
1/13/2020 5:40:10 AM
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102 USA
 
ZIP Code
68102
 
Solicitation Number
W9128F20R0050
 
Response Due
1/22/2020 10:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
David W. Neal, Phone: 4029952988
 
E-Mail Address
david.w.neal@usace.army.mil
(david.w.neal@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ONLY. This notice is to seek information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this sources sought, and no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. The U. S. Army Corps of Engineers, Omaha District is seeking information regarding capability and availability of contractors to provide all management, supervision, inspections, personnel, equipment, tools, supplies, materials, transportation and other items necessary to perform janitorial services. Omaha District has a requirement to provide janitorial services at approximately 90 military recruiting offices throughout the states Colorado, Nebraska, Iowa, South Dakota, North Dakota, Minnesota, Wisconsin, and Wyoming. Janitorial service applies to all designated spaces, including, but not limited to, halls, restrooms, offices, work areas, entranceways, lobbies, common areas, test room areas, and storage room areas in the leased offices. Services will be performed either two times per week for offices that have 3,000 square feet or less and three times per week for office that are over 3,000 square feet. Weekly cleaning services will typically be performed between 8:00 a.m. and 4:00 p.m., and shall generally consist of trash removal, vacuuming, hard surfaces, restrooms, and miscellaneous cleaning (removal of finger prints or smears on glass entrance doors and interior glass in between window cleanings and surfaces that are highly noticeable to include furniture or doors; drinking fountain cleaned and disinfect all porcelain and polished surfaces, including cabinet, percolator orifices and drains). Once per month services include dusting, glass surface cleaning, washing trash receptacles, and de-scale toilet bowls & urinals. Twice per year carpet cleaning will be performed after normal working hours. Light fixtures will be cleaned once per year. Responses to this sources sought notice will be used to make appropriate acquisition decisions. After review of the responses to this sources sought notice, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published on https://beta.sam.gov/, which has replaced https://www.fbo.gov. �Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a proposal package or solicitation. There is no proposal package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this notice, information regarding the technical point of contact will not be given and no appointments for presentations will be made. This Sources Sought notice is unrestricted at this time and is a market research tool used for planning purposes only to gain knowledge of the interest, capabilities and qualifications of interested firms. The North American Industry Classification System (NAICS) Code for this project is 561720 Janitorial Services with a small business size standard of $18M. The Government intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) with up to five contractors with a five-year ordering period solicited and awarded under FAR Part 12 Acquisition of Commercial Services and FAR Part 13 Simplified Acquisition Procedures. The Government intends to request pricing based on a square foot basis to include all costs to perform the services. Locations will be grouped together by the applicable Service Contract Act Wage Determination for pricing purposes. Total contract capacity for the five-year ordering period will not exceed $7,000,000; however, may be anywhere between $3,000,000 and $7,000,000 when the solicitation is issued. At this time, it is anticipated that each individual task order will not exceed $250,000. Please note: Some of the locations are disparate and some are in fairly remote rural locations. All offerors must prove pricing for every location to be considered for award.� Individual locations will not be awarded. Submission Requirements: Company name, address, contact name and title, phone number, and e-mail address. CAGE Code and DUNS number. Interest in providing a proposal on pending solicitation, once issued. Capability to perform a contract of this magnitude and complexity.� Contractor must provide a brief description of similar commercial or military projects, customer name, dates of the performance, customer satisfaction, and dollar value of the contract(s). A minimum of three similar projects, but not more than five similar jobs. Describe services provided to include: number of locations, whether locations were located congruently or disparate, number of square feet handled per customer/contract.� State what supplies and equipment were included or provided. Describe your quality control measures including the screening of qualified employees. Offeror's type of business and business size under NAICS 561720 (Small Business, Small Disadvantaged Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Section 8(a), Women Owned Small Business (WOSB), HUB Zone, Other than Small Business (OTSB). Offeror's Joint Venture information, existing and potential, if applicable. Interested Businesses are invited to respond to this sources sought announcement by providing no more than 10 single sided 8 � x 11 pages describing three to five job experiences reflecting the information above. Interested parties should respond via email to the point of contact below no later than 22 January 2020 at 12:00 p.m., Central Standard Time (CST). This Sources Sought notice is to assist the Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, it will be announced/posted on https://beta.sam.gov/ with sufficient time for all interested parties to respond accordingly. All data received in response to this Sources Sought notice marked or designated as corporate or proprietary information will be fully protected from release outside the Government POINT-OF-CONTACT The point-of-contact for administrative or contractual questions is David Neal at�David.W.Neal@usace.army.mil or 402-995-2988.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2d5bc1839f534c8c95711e7a29add239/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05533534-F 20200115/200113230303 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.