Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOLICITATION NOTICE

S -- San Diego-Pacific Desert Region Consolidated Services

Notice Date
11/20/2023 2:24:45 PM
 
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-24-R-00049
 
Response Due
12/27/2023 12:00:00 PM
 
Archive Date
01/11/2024
 
Point of Contact
Jennifer J Davis, Justin L. Blassingame
 
E-Mail Address
jennifer.j.davis@faa.gov, Justin.L-CTR.Blassingame@faa.gov
(jennifer.j.davis@faa.gov, Justin.L-CTR.Blassingame@faa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Solicitation (SIR) is for Consolidated Services for the San Diego-Pacific Desert Region to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-24-R-00049. This acquisition is set aside for small business.� The principal North American Industry Classification System (NAICS) code applicable to this effort is 561270 � Janitorial Services. The resulting award will be Firm-Fixed Price Contract. � The Site Visit Schedule is included below under the Milestones.� Please email me with the names of those attending and the name of the company they are representing no later than Thursday, December 7, 2023 by 12:00 noon Central Time.� Each company will be limited to two (2) total attendees and the following information must be included for each attendee submission: Full Legal Name, Date of Birth, Driver�s License Number and State of Issue, and the Last 4 digits of their Social Security Number.� Please document all your questions while at the site visit and submit them to Justin L-CTR Blassingame and Jennifer J Davis (justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov) via email by the date and time as directed below.� Questions will not be answered during the site visit. Questions or comments pertaining to this SIR must be submitted in written form via email to Justin L-CTR Blassingame and Jennifer J Davis� at justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov no later than 3:00 pm Central Time on Monday, December 18, 2023.� 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 Wednesday, December 20, 2023. All responses must reference the solicitation number (697DCK-24-R-00049) and be submitted to the following email addresses: justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov SA18 PROPOSAL CONTENT Submission of Offer. An Offeror must submit an offer which includes 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 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). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed. [ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract. [ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in in Section I, AMS Clause 3.4.1-10 Insurance (Oct 2020). [ ] No less than three (3) Past Experience References of similar work (e.g. must be janitorial work of a similar size and scope) to the requirements in this SIR. [ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that show completion of similar work, e.g must be janitorial work of a similar size and scope to the requirements in this SIR. [ ] Completed Contractor Staffing Access Questionnaire 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. In accordance with AMS Policy Section 3.2.2.3.1.2.2, Communications with Offerors, the purpose of communications is to ensure mutual understanding between the FAA and offerors about all aspects of the procurement, including the offerors' submittals/proposals. Communications with offerors may take place throughout the source selection process, through contract award, and following award as necessary. Offeror responses to Communication Items may be considered in the evaluation of an offeror�s proposal. Where communications do not result in any changes in the Government�s requirements or SIR, the Government is not required to request or accept offeror revisions. The Government may hold one-on-one meetings with individual offerors as it pertains to their offers. One-on-one communications may continue throughout the process at the Government�s discretion. Communications with one offeror do not necessitate communications with all other offerors. All communications between the Government and offerors must be through the CO or individuals designated by the CO in writing. Offerors must submit written communications to the CO. The FAA also reserves the right to award a contract immediately following the conclusion of evaluations and is not required to conduct discussions or negotiations with the successful Offeror or any other Offeror. 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. If any of the information required is not included in the form then the Offeror will be considered non-responsive and evaluated as unacceptable. Failure to demonstrate the minimally acceptability standards under this factor will result in an ""UNACCEPTABLE"" rating and possible elimination from further consideration for contract award. 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 Justin L-CTR Blassingame and Jennifer J Davis at justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-7. 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. If full pricing is not received, the proposal will be deemed unacceptable. The FAA will evaluate proposals for reasonableness in accordance with AMS Policy Section 3.2.3.2 and AMS Procurement Guidance Section T3.2.3. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. When determining price reasonableness, the Government reserves the right to compare the Offeror�s proposed prices to the Independent Government Cost Estimate, to published catalog or market prices, to prior prices paid for the same or similar items and services, or as compared to any other sources. The FAA reserves the right to perform price realism and/or cost realism in accordance with AMS T.3.2.3(A)(1). The FAA reserves the right to conduct cost analysis if necessary to ensure a fair and reasonable price and to support the price realism and/or cost realism analysis. The FAA, at its sole discretion, may require additional information to conduct cost and price analysis or reject proposals lacking completeness or consistency. (End of Provision) Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (December 27, 2023). 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 Justin L-CTR Blassingame and Jennifer J Davis (justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov).� NO PHONE CALLS WILL BE ACCEPTED.� The Point of Contacts below are only to be contacted if you have signed up to attend the site visits and are having trouble accessing the sites. Milestones: SIR out � 11/20/2023 Site Visit Attendees List Due � 12/7/2023 by 12:00 noon CT Site Visits: Day 1 � 12/11/23 9:00 am - Edwards TRACON ��- Jim Oswood � 760-284-2447 11:00 am - Lancaster ATCT� - James Mayer � 661-481-4005 2:00 pm - ZLA ARTCC, TRACON, & CCF�� - Jorge Gonzalez � 818-561-8636 Day 2 � 12/12/23 9:00 am - El Monte ATCT� - �Alan Voong� 310-678-3532 11:30 am - Ontario ATCT Alan Voong� 310-678-3532 2:30 pm - Chino ATCT�� Alan Voong� 310-678-3532 Day 3 � 12/13/23 10:00 am - Palm Springs ATCT � Jeremy Withrow 760-285-9674 Day 4 � 12/14/23 9:00 am - San Diego TRACON�� Levi Gustafson � 619-318-2554 11:00 am - Gillespie ATCT� - Stephen Quindry 423-483-5424 2:00 pm - San Diego / Lindbergh ATCT� - Stephen �Quindry 423-483-5424 Questions Due � 12/18/2023 by 12:00 noon CT Answers Out � 12/20/2023 by 3:00 pm CT Proposals Due � 12/27/2023 by 2:00 pm CT All submissions must be received no later than 2:00 pm Central Time on Wednesday, December 27, 2023.� 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://sam.gov/opp/6fe11797b1744b64830827f53e90ff6c/view)
 
Place of Performance
Address: Palmdale, CA 93550, USA
Zip Code: 93550
Country: USA
 
Record
SN06889907-F 20231122/231120230046 (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.