Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2003 FBO #0524
MODIFICATION

S -- Maintenance and Custodial Services for TSA Leased Space at Lovefield, Dallas, TX.

Notice Date
5/5/2003
 
Notice Type
Modification
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Dallas District (7PCD), 1100 Commerce Street, Room 7A1, Dallas, TX, 75242
 
ZIP Code
75242
 
Solicitation Number
GS-07P-03-UAC-1034
 
Response Due
5/16/2003
 
Archive Date
5/31/2003
 
Point of Contact
Grant Furulie, Contracting Officer, Phone 214-767-0310, Fax 214-767-0095,
 
E-Mail Address
grant.furulie@gsa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
A one-time site visit is scheduled for May 8, 2003 at 2:30 PM local time. Those offerors interested in participating in the site visit will meet at the Ranger Statue at the Dallas Love Field Main Terminal Building. The work classifications of Janitor at an hourly rate of $8.26 plus $2.15 for Health and Welfare, and HVAC Mechanic at an hourly rate of $16.14 plus $2.15 for Health and Welfare are considered the appropriate classifications under Wage Determination Number 1994-2509, Rev No. 21, dated 05/29/2002 for this project. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented for additional information included in this notice. This announcement constitutes the only solicitation; proposals and supporting information are being requested. A written request for quotation is attached to provide forms to be completed, wage decision, and statement of work. Solicitation Number GS-07P-03-UAC-1034 is issued as a request for quote to provide all labor, tools, materials, supervision and equipment necessary to provide maintenance and custodial services for the Transportation Security Administration?s leased location at Love Field Airport Facility, Dallas, TX. This acquisition will result in a firm fixed price contract with a performance period of a one-year base period and four, one-year option periods. The North American Industry Classification System (NAICS) is 561210; size standard is $6 Million. THIS ACQUISITION IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. All interested parties must contact the Contracting Officer listed below before the scheduled visit for instructions. The complete requirements, except for the floor plan, are available on this web page. The following clauses and provisions can be viewed in full text at http://www.arnet.gov/far and www.arnet.gov/GSAM/gsam.html. Block 27a of the SF 1449 is completed to include, ?Addenda are attached?. Addenda are listed below. The clause at FAR 52.212-4, Contract Terms and Conditions ? Commercial Items (Feb 2002) apply to this acquisition. There is addenda to this clause as follows: FAR 52.217-8, Option to Extend Services (Nov 1999) [clause fill-in is: 60 calendar days]; FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) [clause fill-ins are: (a) 30 calendar days and 60 calendar days; and, (c) 5 years and 6 months.]; FAR 52.219-6, Notice of Total Small Business Set-Aside (Jul 1996); FAR 52.232-19, Availability of Funds for Next Fiscal Year (Apr 1984) [clause fill-ins are: 2003 and 2003]; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); and, FAR 52.253-1, Computer Generated Forms (Jan 1991). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (May 2002) apply to this acquisition. The following clauses are incorporated under paragraph (b) of FAR Clause 52.212-5: FAR 52.222-21 ? Prohibition of Segregated Facilities; FAR 52.222-26 ? Equal Opportunity; FAR 52.222-35 ? Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-3 ? Buy American Act ? North American Free Trade Agreement ? Israeli Trade Act; FAR 52.232-34 ? Payment by Electronic Funds Transfer ? Other than Central Contractor Registration; FAR 52.222-41 ? Service Contract Act of 1965, As Amended; FAR 52.222-42 ? Statement of Equivalent Rates for Federal Hires; and, FAR 52.222-43 ? Fair Labor Standards Act and Service Contract Act ? Price Adjustment (Multiple Year and Option Contracts). The clause at GSAR 552.212-71, Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items (Jul 2000) apply to this acquisition. The following provision is incorporated under paragraph (a) of this clause: GSAR 552.237-70 ? Qualifications of Offerors. The following clauses are incorporated under paragraph (b) of this clause: GSAR 552.229-70 ? Federal, State, and Local Taxes; GSAR 552.232-78 ? Payment Information; and, GSAR 552.237-71 ? Qualifications of Employees. The provision at, FAR 52.212-1, Instructions to Offerors ? Commercial Items (Oct 2000) (Items 1-11 in paragraph B, SHALL be submitted with any proposal and can be printed from the aforementioned website) apply to this acquisition. There is addenda to this provision as follows: FAR 52.217-5 Evaluation of Options. The provisions at FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) [provision fill-ins are: (a) price and past performance; and, past performance is approximately equal to cost or price]; and, FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items (Jul 2002) [a completed-signed copy of this provision shall be submitted with any proposal and can be printed from the aforementioned website] apply to this acquisition. Note to Offerors: Past performance data described in FAR Clause 52.212-1 is required for evaluations purposes and will be used as the part of the award decision along with price as described above. Quotes and supporting information are to be mailed to the attention of Grant Furulie at the address below. The Government will award a contract resulting from this solicitation to the responsive and responsible offeror whose offer conforms to the solicitation. Proposals will be evaluated for price, past performance, and overall value to the Government. Offerors are required to review and SUBMIT ALL SUPPORTING DOCUMENTATION required by FAR 52.212-1 and GSAR 552.237-70. Offerors who do not submit the required information will be considered non-responsive and will not be considered for an award. The Government reserves the right to award to other than the low bidder. Offers are due by May 16, 2003 by 3:00 PM local time. Simplified acquisition procedures will be utilized.
 
Place of Performance
Address: Transportation Security Administration, Love Field Airport Main Terminal, 8008 Cedar Springs Road, Dallas, Texas
Zip Code: 75235
 
Record
SN00318052-W 20030507/030505213626 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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