Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2021 SAM #7182
SOLICITATION NOTICE

S -- Service Contract for Janitorial and Landscaping at the Austin Bergstrom SSC/ATCT Austin Texas 78719

Notice Date
7/29/2021 4:04:21 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-21-R-00231
 
Response Due
8/20/2021 4:00:00 PM
 
Archive Date
09/04/2021
 
Point of Contact
Carey Gonzalez, Phone: 8172224370
 
E-Mail Address
Carey.gonzalez@faa.gov
(Carey.gonzalez@faa.gov)
 
Description
The Federal Aviation Administration (FAA) is seeking competent and qualified Facilities Maintenance contractors to perform Janitorial and Landscaping services at the following facility in Texas: Austin SSC/ATCT 10102 Aircraft Lane Austin, Texas 78719 Or any combination of facilities at 10102 Aircraft Lane Austin, Texas 78719. The Service Support Center (SSC) and Air Traffic Control Tower (ATCT), is approximately 29,409 square feet. Facility to be cleaned encompasses approximately 29,409 square feet which includes, but is not limited to, the following areas: a.������������ Airways Facilities/Traffic offices and ESU Building. b.������������ Equipment rooms. c.������������ TRACON room �Note: supervisor can request that contractor stay late one night a week to dust and vacuum room thoroughly. d.������������ Air Traffic Control Tower and Tower Cab. e.������������ Halls, elevators, lobby, stairways and landings. f.������������� Employee lounges, break rooms, locker rooms, patios and restrooms. g.������������ Site unique requirements. -All services will be conducted at 4:00 p.m. to 9:00p.m*. depending on the type of facility. Contractor�s personnel should be aware there might be a few times when Air Traffic is especially heavy. During those times, the tower supervisor will appraise contract personal when it will become necessary to modify the scope of activity Below is a sample list of janitorial services to be provided at the above locations. Empty all wastebaskets and replace plastic liners daily. Vacuum all carpeted areas & remove spots daily. Clean and sanitize restroom toilets, sinks, stalls and urinals daily.� Empty trash cans/ash trays and pick up trash in parking lot weekly. Dust cabinets above and beneath radar scopes in TRACON Control room and counter tops in the Tower Cab weekly. Wash tower windows both inside, outside, and window stanchions bi-weekly Clean, wax and buff all tile floors monthly.� Clean all refrigerators externally which includes the sides and underneath the refrigerators monthly.� Clean all air conditioning vents monthly. 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. 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 set-aside for 8(a) and SDVOSB concerns to all Facilities Maintenance Contractors. 2. The North American Industry Classification System (NAICS) is 561720 Janitorial Services; the small business size standard is $19.5 ���million. Also NAICS 561730 Landscaping Services; the small business size standard is $8.0 million. 3. The project magnitude is between $350,000 and $450,000. 4. A HIGHLY ENCOURAGED site visit will be 11 Aug 2021 at 9 AM CST. 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. 6. Contractors must have an active registration in System Award Management (beta.SAM) before award can be made. Contractors can register at www.beta.sam.gov/. AN OFFEROR MUST MEET THE FOLLOWING GO/NO-GO CRITERIA IN ORDER TO BE CONSIDERED: Using the Past Experience/ History form (Attachment J-4), provide a listing of at least 3 past or current Facilities Maintenance contracts/projects your firm has performed in the same size ($350,000 and $450,000) and scope of this project. Contracts/projects must be either in process or within the last 5 years. Scope is described above. Similar work must include FAA Centers, Towers, or other life-critical facilities (i.e. � hospitals, schools, banks, prisons, etc.). Offeror shall identify the contracting agency, (FAA, Other Federal, State, local governments, and private). 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. Using the Past Performance Survey, (Attachment J-5) (By third party references). Prime Contractor is REQUIRED to have at least three (3) of the attached Past Performance Survey (PPS's) completed and returned to this office c/o carey.gonzalez@faa.gov by a third party reference. It is advised that the Contractor distribute more than three PPS's to third-party references as not all are returned, and receipt of less than three could lead to the Contractor's disqualification. Past Performance Survey�s (PPS's) may be emailed to carey.gonzalez@faa.gov. The surveys may also be faxed at the Contractor's risk to carey.gonzalez@faa.gov with a cover page marked: Attention to: Carey Gonzalez, Contractor Administrator, is also advised to verify receipt of the requisite number of PPS's in advance of solicitation deadline. A financial capability letter from your financial institution. Name, email and telephone number of bank�s point of contact Number of year�s business has been conducted with each bank Types of open accounts (checking, loans, etc.) Balance of current accounts (the banks will provide a �range of figures� for this information, such as medium five-figures range) A completed and returned Contracting Staffing Access Questionnaire.�(Attachment J-2) A 8(a) letter and/or SDVOSB letter from SBA. FAILURE TO SUBMIT ALL REQUIRED INFORMATION WILL DEEM THE REQUEST FOR CONSIDERATION AS NONRESPONSIVE. Requests must be emailed to carey.gonzalez@faa.gov no later than Tuesday, August 3, 2021 at 18:00pm CST. Please place �Attention: Janitorial Services in Austin, Texas� in the subject line of your email. Requests received after this date and time will not be honored. No telephone requests will be accepted. Past Experience//History (Attachment J-4). Past Performance Survey (Attachment J-5). Contracting Staffing Access Questionnaire (Attachment J-2).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8149880f62954408ac1e24d483cdfd5c/view)
 
Place of Performance
Address: Austin, TX 78719, USA
Zip Code: 78719
Country: USA
 
Record
SN06078039-F 20210731/210729230125 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.