Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

S -- Janitorial Services for FAA Craig, CO ADM

Notice Date
1/13/2021 6:06:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
697DCK REGIONAL ACQUISITIONS SVCS FORT WORTH TX 76177 USA
 
ZIP Code
76177
 
Solicitation Number
697DCK-21-R-00076
 
Response Due
2/2/2021 12:00:00 PM
 
Archive Date
02/17/2021
 
Point of Contact
Jennifer J Davis, Phone: 8172224349, Karen CTR McIvor, Phone: 2062313033
 
E-Mail Address
jennifer.j.davis@faa.gov, karen.ctr.mcivor@faa.gov
(jennifer.j.davis@faa.gov, karen.ctr.mcivor@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Solicitation (SIR) is for Janitorial Services at the Craig, CO ADM to be completed as required in the Scope of Work that is located as attachment J-1 of the attached Solicitation 697DCK-20-R-00076. This acquisition is set-aside for Small Business.� The principal North American Industry Classification System (NAICS) code applicable to this effort is 561720 � Janitorial Services with the size standard of $19.5 million. The resulting award will be Firm-Fixed Price Contract.� A Site Visit will be held on Tuesday, January 19, 2021 at 11:00 am Local Time. Please email me with the names of those attending and the name of the company they are representing no later than Thursday, January 14, 2020 by 2:00 pm Central Time.� Each company will be limited to two (2) total attendees and should complete the attached COVID-19 Wellness Self Check prior to arriving at the FAA Facility.� The address to the Craig, CO ADM is 540 Finley Lane, Craig, CO 81625 and Sara Russell will be your point of contact at the site visit. � Please document all your questions while at the site visit and submit them to Jennifer J Davis (jennifer.j.davis@faa.gov) via email by the date and time as directed below. Questions or comments pertaining to this SIR must be submitted in written form via email to Jennifer J Davis, Contracting Officer, at jennifer.j.davis@faa.gov no later than 3:00 pm Central Time on Thursday, January 21, 2021.� Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified.� Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Tuesday, January 26, 2021. All responses must reference the solicitation number (697DCK-20-R-00076) and be submitted to the following email address: jennifer.j.davis@faa.gov. � SA18 PROPOSAL CONTENT Submission of Offer. An Offeror shall submit an offer which shall include the following: Proposal (Provide 1 copy). NOTE: The contractor's proposal shall include: [ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken [ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments, if issued) [ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data) [ ] A Technical Proposal demonstrating how all the required services in the Statement of Work and Level 2 Cleaning Services Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract. [ ] A financial capability letter from your financial institution with the below listed 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 certificate of liability from your insurance company that shows you can meet the requirements identified in Part I, Section H, SW.H-1 Insurance Requirements Schedule. [ ] No less than three (3) Past Performance References of similar work to the requirements in this SIR [ ] No less than three (3) Past Experience Submittals showing completion of similar work to the requirements in this SIR SA56 EVALUATION FACTORS FOR AWARD - SERVICES The Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions. The Government reserves the right to award on initial offers without discussions or to conduct one-on-one discussions with one or more offerors to clarify issues relating to scope, pricing, and responsibility. Proposals shall be evaluated as either 'acceptable' or unacceptable' on the basis of the following criteria: A. Past Experience. Provide a list of at least three (3) successful contracts that provided janitorial services within the past five (5) years. Specifically identify projects of similar scope and complexity as described in the Scope of Work in this solicitation. Be specific and provide details. For each project, address the following points: a) Project Title, description, and contract number b) Client names, phone numbers, and contact person c) Dollar Value d) Scope of Work in detail e) Percentages of work subcontracted and nature of that work f) Award and Completion dates g) Any contractual issues or technical matters disputed, and resolution thereof h) Any claims and resolution thereof (i.e., nature, number dollar value) i) Any relevant information that would reflect on the offeror�s ability to meet schedule constraints Standard for Review: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past five (5) years similar to the current requirement. The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination. B. Past Performance. An Offeror is required to have at least three (3) CSS from third party references completed and submitted directly to Jennifer J Davis at jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-3. Standard for Review: At least three (3) CSS must be received from third party references before the solicitation deadline with an average rating of Good or higher. The FAA reserves the right to contact customers listed as references and conduct a CSS by telephone in the event there is insufficient competition due to the lack of surveys received. If the Contractor does not have an applicable performance history, then within the cover letter the Contractor must indicate the reason for such absence of past performance history and provide a proposed project management plan to ensure the quality of the services to be performed. Keep in mind that the FAA may use information other than that provided by the Contractor in connection with this solicitation. Any negative customer review that is verified by the CO may deem the proposal unacceptable and will be rejected from further consideration. CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I � SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. The price for the Level 2 Proactive Service will not be included in the price evaluation since this is an optional service that may or may not be implemented. If full pricing is not received, the proposal will be deemed unacceptable. (End of Provision) Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (February 2, 2021). Reference AMS Clause 3.3.1-33, paragraph (d), �if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.� DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL (jennifer.j.davis@faa.gov).� NO PHONE CALLS WILL BE ACCEPTED. MILESTONES SIR out � 1/13/2021 Site Visit Attendee List due � 1/14/2021 by 2:00 pm CT Site Visit � 1/19/2021 at 11:00 am Local Time Questions due � 1/21/2021 by 3:00 pm CT Answers out � 1/26/2021 by 2:00 pm CT Proposals due � 2/2/2021 by 2:00 pm CT All submissions must be received no later than 2:00 pm Central Time on Tuesday, February 2, 2021.� Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above.� Late submittal of proposals will not be accepted.� The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR.� Responses will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7a1d15020d84e13b192b7b7b83f3a77/view)
 
Place of Performance
Address: Craig, CO 81625, USA
Zip Code: 81625
Country: USA
 
Record
SN05891175-F 20210115/210113230105 (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.