Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2007 FBO #1882
SOLICITATION NOTICE

S -- Perform Janitorial services at the Visitor Center located at the Saylorville Lake Project, Polk County, Iowa.

Notice Date
1/19/2007
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
US Army Engineer District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
 
ZIP Code
61204-2004
 
Solicitation Number
W912EK-07-T-0020
 
Response Due
2/8/2007
 
Archive Date
4/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Provide all labor, materials/supplies, transportation, and equipment to perform custodial and minor maintenance duties necessary to perform Janitorial Services located at the Visitor Center. This solicitation is a request for proposal and is issued as 100% Small Business Set Aside. The following NAISC code 561720 will apply with a size standard of $15 Million. This work is being solicitated as a performance-based contract. Performance-based means the Contractor is responsible for a quality end product. Evaluation factors for award shall be as follows: Past Performance, Key Personnel, and Price. Contracts wi ll be awarded to the technically acceptable, responsive, responsible, compliant vendor. Past Performance and Key Personnel are significantly more important than price. The contractor shall submit 1 original copy of their offer to include the following information in order to properly evaluate your offer in accordance with the evaluation criteria outlined under to FAR 52-212-2 Evaluation  Commercial Items. 1) Bid Schedule to include Base and all Option Periods. 2) Contractor shall provide past performance/past experience references in which you performed or provided the same or similar services as outlined in this request for quote that was performed in the last 3-years. Utilize the Past Performance (Reference s) Information Worksheet for this information. 3) Contractor shall provide a resume that outlines and identifies their work experience, education and training. 4) Complete clause requirements in 52.212-3 (Certifications and Representations) The solicitation will be posted to the FedBizOps website, www.fbo.gov on or about 19 January 2007. The date and time for receipt of quotes will be on or about 08 February 2007, 4:00 p.m. local time. It is the offerors responsibility to monitor the web site (using the above link) for amendments to the solicitation. The resultant contract will be a Firm Fixed Priced Contract in accordance with the solicitation procedures outlined in FAR Part 12, Acquisition of Commercial Items/Services. All prospective offerors must have a Commercial and Government Entity Code (CAGE Code) and be actively registered in the Central Contractor Registration (CCR) at www.ccr.gov. The solicitation will not be available in paper format. All documents required for the offer submittal, including amendments to the offer submittal, shall be in hard copy. Facsimile submittals are not allowed. Electronic submittal of an offer will not be allowed. If you have questions, please contact Janet Hancks at 309/794-5443 or email at Janet.L.Hancks@usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
Zip Code: 61204-2004
Country: US
 
Record
SN01215581-W 20070121/070119225758 (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.