Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
MODIFICATION

99 -- JANITORIAL/CUSTODIAL SERVICES FOR THE U.S. SENATE OFFICE BUILDINGS, WASHINGTON, D.C.

Notice Date
7/12/2007
 
Notice Type
Modification
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Architect of the Capitol, AOC Procurement Division, AOC Procurement Division, Ford House Office Building Second and D Streets, S.W., Washington, DC, 20515, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFP070105
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Point of Contact
Mrs. Shola Matthews-Aroloye, Contract Specialist, Phone (202) 226-0641, Fax (866) 221-4163, - Carole Boucher, Supv. Contract Specialist, Phone (202) 226-4526, Fax (866) 221-2139,
 
E-Mail Address
smatthew@aoc.gov, cboucher@aoc.gov
 
Description
The Architect of the Capitol (AOC), has a requirement for Contractor to provide Janitorial/Custodial Services for Dirksen, Hart, and Russell Senate Office Buildings located in NE, Washington, D.C. The Contractor shall provide; management, manpower, supervision, equipment, tools and supplies as necessary, to perform janitorial/custodial services for the U.S. Senate Office Buildings. The Contractor shall perform required services between the hours of 8:00 a.m. and 7:00 p.m. Monday - Friday excluding Federal Government Holidays. Source Selection Procedure will be used to select the proposal that provides the Lowest Technically Acceptable Price to the Government. The resultant Contract will be awarded for a Base period of 12 months, with four (4) one-year optional periods. The Offerors proposals shall contain a detail response to each of the following solicitation evaluation factor(s), which will be evaluated to determine whether they are responsive to the requirements of the RFP and technically acceptable. Technical Criteria are listed below in descending order of importance: (1) Technical Approach, (2) Management Approach, (3) Key Personnel Qualifications, (4) Past Performance, (5) Quality Control Procedures, and (6) Corporate Experience. All Offerors are required to provide Firm-Fixed Pricing for the base year as well as all optional year periods. The Estimated Date for release of Solicitation package is on or before July 24, 2007, with the closing date of approximately 30-days thereafter. COPIES OF THIS SOLICITATION PACKAGE WILL ONLY BE MADE AVAILABLE ELECTRONICALLY ON THE DATE OF ISSUANCE AT https://cewww.aoc.gov/business/procure-opps.cfm INTERESTED PARTIES ARE ENCOURAGED TO DOWNLOAD THE SOLICITATION PACKAGE AS REQUEST FOR HARD COPIES OF THE SOLICITATION PACKAGE WILL NOT BE ENTERTAINED. All Amendments will be available on the AOC Internet site. It is the Vendor's responsibility to monitor the AOC Procurement Opportunities website for Amendments, and other changes to the solicitation. Failure of the Vendor(s) to obtain Amendments from the AOC Website shall not become the responsibility of the Government. All questions regarding this solicitation should be submitted via e-mail to: smatthew@aoc.gov All questions are to be submitted NO LATER THAN (10) TEN DAYS AFTER THE DATE OF SOLICITATION ISSUANCE. TELEPHONE REQUESTS FOR THE SOLICITATION PACKAGE WILL NOT BE ACCEPTED.
 
Place of Performance
Address: U.S. Senate Office Building, 1st & C Streets, NE, Washington, D.C.
Zip Code: 20510
Country: UNITED STATES
 
Record
SN01340070-W 20070714/070712220113 (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.