Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2005 FBO #1307
SOURCES SOUGHT

S -- Custodial Services

Notice Date
2/25/2005
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530
 
ZIP Code
20530
 
Solicitation Number
DJJQ-05-RFP-0327
 
Response Due
3/9/2005
 
Point of Contact
Constance Fortune, Contracting Officer, Phone 2023071234, Fax 2023071933,
 
E-Mail Address
connie.fortune@usdoj.gov
 
Description
The Department of Justice is developing an acquisition strategy for its requirement for custodial services at the Main Justice Building located at 950 Pennsylvania Avenue, NW, Washington, DC 20530. As part of this process, we are seeking information about small businesses that are capable of providing the services. Please note that this is a market survey for informational purposes only and is not a Request for Proposals (RFP). There is no solicitation document available; no contract will be awarded based on this announcement; no reimbursement will be made for costs associated with responding to this announcement; and no telephone calls about this announcement will be accepted or acknowledged. All responses must be submitted via email in accordance with the instructions that follow. The work covers the full range of custodial services needed for a large office building including trash collection, glass/mirror cleaning, spot cleaning, vacuuming, dusting, restroom cleaning, and stripping and waxing floors. The area to be maintained is approximately 766,000 square feet of office space. Some areas in the facility are secure areas. Only individuals with Top Secret Clearances will be able to access those areas. The applicable North American Industry Classification System (NAICS) code is 561720, Custodial Services, with a size standard of $14 million. The successful vendor must meet the following mandatory requirements at the time it submits its proposal: 1) Possess a current Top Secret Facilities Clearance; and 2) Identify the specific individuals who possess a Top Secret Clearance [number of individuals required to have a Top Secret Clearance will be specified in the solicitation but is expected to be fewer than five (5)]; and 3) Have bonding capability for Federal Government contracts. Responses to this announcement must provide detailed, concise information about the company’s qualifications and experience in providing the required custodial services, within the past three (3) years, in the Washington, DC metropolitan area. All responses shall include a list of up to five (5) projects. Project information shall include the contract number, dollar value, period of performance, current status, and current point of contact information such as name, address, telephone number, and email address. In addition, the response must: 1) State small business size status (small, 8(a), small disadvantaged, HUBZone, service disabled, veteran owned, etc.); 2) Address the company’s security facility clearance level; 3) State the number of Top Secret employees currently on staff; 4) State whether the company currently has bonding capacity and, if so, the approximate amount; and 5) Not exceed ten (10) pages. All responses must be submitted electronically to connie.fortune@usdoj.gov and be received no later than March 9, 2005 at 2:00 PM local time. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-JUN-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/JMD/PSS/DJJQ-05-RFP-0327/listing.html)
 
Place of Performance
Address: 950 Pennsylvania Avenue, NW, Washington, DC
Zip Code: 20530
 
Record
SN00835805-F 20050625/050623221855 (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.