Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2006 FBO #1605
MODIFICATION

99 -- Janitorial Services

Notice Date
4/17/2006
 
Notice Type
Modification
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 Aeronautical Center (AMQ)
 
ZIP Code
00000
 
Solicitation Number
4700
 
Response Due
5/31/2006
 
Description
Time and date specified for receipt of offers is hereby extended indefinitely. An amendment will be issued at a later date to re-establish the closing date. Only those 8(a) vendors that are certified under the Small Business Administration (SBA) in Area VI (AR, LA, NM, OK, and TX) will be allowed to participate in this acquisition. Refer to additional information provided in this Announcement/SIR1. The Federal Aviation Administration (FAA) has a requirement for janitorial services for the Mike Monroney Aeronautical Center (MMAC), Oklahoma City, Oklahoma. The general scope of work for these services will require the contractor to furnish all personnel, supplies, materials, and cleaning equipment in the performance of building janitorial services for approximately 3.0M square feet of office space, classrooms, etc., in accordance with the Statement of Work (SOW). Requirements are further defined in the attached SOW. The contract has a potential duration of five (5) years including a base year with four (4) 1-year options. This acquisition is set-aside exclusively for competitive award among Socially and Economically Disadvantaged Businesses (SEDBs) that are certified by the SBA for participation in the SBA's 8(a) program. Only those 8(a) firms that are certified under the SBA in Area VI (AR, LA, NM, OK, and TX) will be allowed to participate in this requirement. To be considered, a vendor must be classified as a small business under the North American Industry Classification System (NAICS) code 561720, Janitorial Services - $15/million. Each firm claiming 8(a) status is required to provide a copy of its SBA 8(a) certification letter to the Contracting Officer with its response to this Announcement/SIR1. Firms are to submit an FAA Business Declaration form with your response to this Announcement/SIR1. The form is provided as a separate document under this announcement. The FAA reserves the right to review and verify each vendor's program eligibility. Should an 8(a) vendor intend to incorporate a teaming arrangement, the term "vendor" shall apply to the prime contractor. In conjunction with the set-aside nature of the requirement, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. This requirement is found in AMS Clause 3.6.1-7, Limitation on Subcontracting. This acquisition contemplates a phased approach. This, the initial phase, involves the Announcement/SIR1 of the requirement in order to permit companies that are certified under the 8(a) program with SBA within Area VI an opportunity to express an interest in this requirement. Only those firms that respond successfully to this Announcement/SIR1 will be allowed to participate in the next phase. The remaining phase(s) of the downselect process will be identified in future communications with those firms that successfully respond to this Announcement/SIR1. Companies that are interested and possess certain special standards of responsibility are to provide specific information as to the unique capabilities to be brought to the performance of this requirement. The specific information provided must be accurate and complete because it will be used to determine each vendor's eligibility to participate. Documentation must be provided to substantiate any statement of fact that goes to the vendor's eligibility pursuant to this Announcement/SIR1. The FAA reserves the right to contact references and verify each vendor's information. Any statement included in a vendor's response that is verified by the FAA as either false or misleading will be cause for rejection. All documentation is limited to 25 pages (8-1/2"x11", printed on one side). Failure to comply with this page limitation may be cause for rejection of a vendor's response. CAUTION: FAA evaluators will read only up to the page limit as specified. Four copies are requested. Mere statements of compliance or intention to comply are unacceptable. All responses submitted must address the capability of the vendor to meet the special standards of responsibility. SPECIAL STANDARDS OF RESPONSIBILITY: The following information must be addressed in each vendor's submission in order for the FAA to determine a vendor's eligibility to participate further in any subsequent SIR. (Note: Each submission will be evaluated on an "acceptable/unacceptable" basis. Where a submission is found to be unacceptable in any area of a special standard of responsibility, the entire submission will be considered unacceptable). 1. 8(a) Certification and Business Declaration Form: (a) Provide certification letter from SBA documenting vendor's enrollment in the SBA's 8(a) program and classification as a small business under the North American Industry Classification system (NAIC) code 561720, Janitorial Service. (b) Complete and return the attached Business Declaration Form. 2. Past Performance and Experience: (Note: Past performance represents "how well" an offeror accomplished the effort. Experience simply means an offeror has "done it." Of additional importance is that past performance and experience must be current and relevant as well as comparable in scope and magnitude to that described in the SOW.) (a) In order to be determined acceptable vendors must have a minimum of five (5) years experience in performing janitorial/custodial services as identified in the attached SOW. In evaluating experience of vendors whose experience was attributed to a pre-existing or through a previous company, any such experience will be considered. Vendors shall provide a list of relevant past and present contracts performed for Federal, State, or Local Governments or commercial sources within the past five (5) years involving effort of same or similar complexity, magnitude, and level. The vendor's documented experience shall consist of a list of contracts containing the following information stated below. (i) Contract number and contract type (ii) Contracting agency or business (e.g., DOD, FAA, NASA, any Federal agency, State of Oklahoma, etc.) (iii) Original contract dollar value and final contract dollar value (including options) (iv) A brief description of the contract effort (v) Largest number of employees associated with direct contract effort (vi) Name, address, telephone and FAX numbers for the Government Contracting Officer(s); for non-government contracts, provide the name, address, telephone and FAX numbers of business point of contact, liaison, etc. (b) Where inquiries made pursuant to (a)(vi) reveal the vendor's performance was unsatisfactory (e.g., terminated for default {partial or complete}, cure notice(s) issued, adverse administrative findings by government agencies at the federal, state or local level, etc.), the vendor will no longer be eligible to continue in the SIR process. 3. Organizational Management and Staffing: Vendors must demonstrate the capability to provide management and staffing commensurate with the demands of this requirement in the following areas: (a) Vendors must demonstrate that an on-site Project Manager, Supervisor and Shift Managers will be available at the time of contract award. The Project Manager must have a minimum of four (4) years management experience in all phases of operations and functions of janitorial/custodial service at a facility at a level equivalent with the scope of work of this requirement. Supervisors and/or shift manager's must have at least three (3) years of janitorial/custodial experience and two (2) years of supervisory experience with five (5) years total experience in all phases and functions of janitorial/custodial services at a facility at a level equivalent with the scope of work of this requirement. The documentation describing the individual's qualifications may include a brief synopsis or resume of work experience. It should include present position or title, experience in managing contracts for similar services of scope and size (include duration or length of all experience), and educational/training background in sufficient detail to facilitate evaluation of qualifications and management competence. (b) Vendors or predecessors must document/demonstrate that they have simultaneously employed and successfully administered, tracked, and managed 50 or more full-time employees for a period not less than one (1) year. Documentation may include, but is not limited to, a spreadsheet identified month by month for the annual period containing a list of employees and the contracts on which they performed or a signed certified list of employees with date of employment including employees managers and the manager's qualification. A copy of the current contract and modifications, (DTFA-02-02-D-00354), can be downloaded from the AMQ Internet at http:\\amq.mmac.faa.gov (click on FOIA Reading Room). Interested firms that can comply with and meet the special standards of responsibility addressed in this Announcement/SIR 1 should respond with their documentation in writing to: Federal Aviation Administration Mike Monroney Aeronautical Center NAS Contracting Division Attn: AMQ-210/Phyllis Townsley Room 321, Multi-Purpose Building 6500 South MacArthur Blvd. P.O. Box 25082 Oklahoma City, OK 73125-4933 Note: For overnight mail the ZIP code is 73169 The date and time for receipt of responses is 3:30 p.m. local time, April 17, 2006, (facsimile responses are not permitted). Any responses received after that date and time will not be considered in accordance with AMS provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals. If all requested information is not furnished, the vendor's response may be determined unacceptable; therefore, not considered as one of the qualified companies. Oral or written communications with offerors, during the screening process, will be conducted if the FAA deems communication is necessary. AMS Clause, 3.6.1-7, Limitation on Subcontracting, AMS Provision 3.2.2.3-14, Late Submissions, Modifications, and Withdrawals of Submittals, and AMS Provision 3.9.1-3, PROTEST, are applicable to this SIR1. Upon request, the Contracting Officer will make the full text available, or offerors and contractors may obtain the full text via Internet at: http://www.asu.faa.gov/conwrite/ (on this web page, select "Search and View Clauses").
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.cfm?ref=4700)
 
Record
SN01029235-W 20060419/060417220416 (fbodaily.com)
 
Source
FedBizOpps 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.