Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

S -- ******Amendment 0004 Janitorial Services, Huntsville Air Traffic Control Tower (ATCT) and Base Building******

Notice Date
9/15/2020 5:01:38 PM
 
Notice Type
Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-20-R-00442
 
Response Due
9/23/2020 2:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Randie Thornton, Phone: 8172224189, Regina Singleton, Phone: 4043055790
 
E-Mail Address
randie.ctr.thornton@faa.gov, regina.singleton@faa.gov
(randie.ctr.thornton@faa.gov, regina.singleton@faa.gov)
 
Description
******Amendment 0004 is being published to�extend the Solicitation close date to 23 September, please reference Amendment 0004 for details*********** The Federal Aviation Administration (FAA), Eastern Service Area, Southern Region, AAQ-580 ATL, College Park, Georgia has a requirement for Janitorial Services at Huntsville Air Traffic Control Tower (ATCT) and Base Building, as outlined the associated Statement of Work and is issuing the attached Request for Proposal (RFP) from eligible interested Offerors .�������������������������� � PERIOD OF PERFORMANCE: The performance period for this contract will be for a one (1) base year with four (4) option years with a desired start date of October 1, 2020.� For reporting purposes, the North American Industry Classification System Size Standards (NAICS): 561720, Janitorial Services and the small business size standard is $19.5 million average annual receipts over the past 3 fiscal years. � This requirement is being offered to all qualified, responsive concerns and those Offers received will be considered using a tiered order of precedence.� First tier 8(a) Socially, Economically, and Disadvantaged Businesses (SEDB) and Service Disabled Veteran Owned Small Businesses (SDVOSB); Second tier Small Businesses; and Third tier Other than Small Businesses as described in Part IV � Section M, Evaluation Factors for Award. Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation.� SITE VISIT: Offerors are urged and expected to gain a thorough understanding of the Site where Services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In an effort to mitigate numerous visitors and unnecessary close person to person contact at FAA facilities during the COVID-19 pandemic, videos and/or photos of the site location have been provided for your Site inspection. Please review the SOWs, videos, and/or photos attached to this notice. If after review of the descriptive attachments, you still require a site visit to gain an understanding of the facility, please contact the referenced Site POC noted below AS SOON AS POSSIBLE to schedule a Site Visit from August 31, 2020 through September 4, 2020. Please be advised that in the event you require a site visit, only one representative per company will be permitted to attend. Also, please note that a face covering/mask is required to be permitted access to the site. Please provide the name of the attendee upon Scheduling of the Site Visit to the Huntsville Air Traffic Control Tower (ATCT) and Base Building. Also, please be prepared to answer a COVID-19 symptoms questionnaire. See the POC info below: Name: Cassandra Whitman Email:� cassandra.whitman@faa.gov Telephone: (256) 542-2123 Information provided via the attached site videos and as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications.� Terms remain unchanged unless the solicitation is amended in writing. Potential Offerors should note that the FAA reserves the right to communicate with one or more Offerors at any time during the procurement process.�� � � Notice: To be considered for award of this project, the contractor must have a current registration in the Central Contractor Registry database (website: www.sam.gov) and not be suspended or disbarred from Government contract award. When responding to this Request for Proposal (RFP), each Offeror is required to submit a cost breakdown proposal in addition to all other required documents outlined in the RFP (under the Required Submissions section). � Proposals can be submitted via email to Randie.ctr.thornton@faa.gov � Proposal due date:�23 September 2020-�� NLT 5:00 PM Eastern Daylight Time Submissions must be submitted via electronic email copy only. Any responses received after this time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. Please refer all questions in �writing� only to Randie.ctr.thornton@faa.gov. The Offerors may begin submitting questions and comments immediately after release of the SIR and up to 02 September 2020 by 5:00 PM Eastern Daylight Time. Responses to questions will not necessarily change the date proposals are to be received.� Offerors must submit all questions and comments via E-Mail to Randie.ctr.thornton@faa.gov, questions submitted via phone call will not be answered.� The FAA will respond publicly in writing within three (3) business days on the FAA Contract Opportunities website to all potential Offerors.� Questions and answers that clarify SIR details will be provided to all Offerors; however, the source of questions will not be identified.� This RFP is not to be construed as a contract or a commitment of any kind.�The Government shall not be liable for payment of any costs attributed to the preparation and submission of requested proposal documentation. For informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises:� The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by 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 STLP, call the OSDBU at (800) 532-1169.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8a98ad2794044b549e74ba44ff1d30c9/view)
 
Place of Performance
Address: Huntsville, AL 35824, USA
Zip Code: 35824
Country: USA
 
Record
SN05797885-F 20200917/200915230152 (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.