Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2005 FBO #1353
SOURCES SOUGHT

S -- Garage and street cleaning

Notice Date
8/8/2005
 
Notice Type
Sources Sought
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Logistics and Acquisition Operations, 6011 Executive Boulevard, Room 537C, MSC-7663, Bethesda, MD, 20892-7663
 
ZIP Code
20892-7663
 
Solicitation Number
QVW40273
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Description
The National Institutes of Health (NIH) is conducting a market survey to determine the availability and technical capability of qualified small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, or 8(a) firms capable of providing multi-level parking garage and street cleaning services. THIS IS NOT A REQUEST FOR TECHNICAL PROPOSAL OR COST PROPOSAL. This is a request for interested firms with the capability of providing the required services to submit a capability statement for the purpose of determining whether or not this procurement will be set-aside for any of the programs identified above. The intended procurement will be classified under North American Industrial Classification System (NAICS) 561790 with a size standard of $6 million. There are seven multi-level parking (MLP) facilities on the NIH Bethesda, MD campus. Building 10 and Building 45 are incorporated as underground parking structures. MLP 6, 7, 8, 9, and 10 are stand alone structures. Associated garage areas to be serviced shall include 16 stairwells with interior and exterior stoops and entrances and approximately 112 liter receptacles. All garages shall be scrubbed approximately every eighth weekly visit between mid-March and mid-October (approximately 28 scrubbing service visits). Garage scrubbing shall be in sequence with all seven garages being scrubbed approximately four times through the season. With the exception of MLP-7, Building 10 and Building 45, stairwell walls, ceiling and door surfaces, step reveals and treads and railings shall be powered washed. Door knobs, railings and windows within doors shall be wiped down following washing. Exterior elevator lobby areas shall be cleaned. Streets and service area sweeping shall be swept up to twelve times per year. The contrctor shall be responsible for furnishing all required supplies, materials, equipment, personnel, and supervision to provide the required services. Water shall be obtained from NIH fire hydrants at no cost to the contractor. Approved WSSC back flow preventors must be used at all times. There will be approximately 24 sweeping only service visits when cold temperatures prevent scrubbing. Garages shall be swept of all lose surface debris during each weekly service visit. Sweeping and sweeping/scrubbing shall take place on weekends. Interested firms responding to this market survey must provide (1) a capability statement demonstrating their experience and capability to fulfill the Government's requirement. Information submitted should be pertinent and specific in the area of providing the services described above. Experience should identify on-going and/or previous contracts performed including a brief description, duration, dollar value, client's name, address, telephone number, and name of contact; (2) available resources; and (3) firm's size and type of business (e.g. small business, service-disabled, HUBZone, 8a), etc.). Two copies of the capability statement must be received at the address identified in this synopsis no later than close of business August 15. When utilizing a courier service, Federal Express, UPS, or express mail, the city, state, and zip code must read: ROCKVILLE, MD 20852. Responses by e-mail or facsimile (fax) WILL NOT be accepted. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Information received will be considered solely for the purpose of determining whether sufficient small business possess the capability to fulfill the Government's requirement and to ensure competition under a set-aside acquisition. A determinatin by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
 
Record
SN00865072-W 20050810/050808212728 (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.