Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
MODIFICATION

S -- Janitorial Services

Notice Date
8/20/2010
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
National Institutes of HealthNational Institute of Child Health6100 Executive BlvdRoom 5Z00BethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NICHD2010088
 
Response Due
9/2/2010
 
Archive Date
10/2/2010
 
Point of Contact
Tina Robinson, Phone: 301-443-7796
 
E-Mail Address
tr207f@nih.gov
(tr207f@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFIED TO CLARIFY/ CHANGE THE RESPONSE SUBMISSION DUE DATE AND TIME FROM PRIOR TO 3:00 P.M. EST ON SEPTEMBER 2, 2010 TO: ON OR BEFORE AUGUST 30, 2010 BEFORE 12:00 P.M. (NOON) LOCAL TIME. THERE ARE NO OTHER CHANGES TO THIS NOTICE Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) is conducting a market survey to determine the availability and technical capability of qualified small businesses, including 8(a) small businesses, small disadvantaged businesses, woman-owned small businesses, service-disabled veteran-owned small businesses or HUBZone small businesses capable of providing janitorial services only for the lab area/environment that is currently occupied by NICHD personnel at the following location/Place of Performance: 9800 Medical Center Drive, Bldg C, Rockville, MD 20850. The Government/NICHD occupied lab space consists of approximately 9200 sq ft that includes but not limited to expensive laboratory equipment/machines, computers, research work, etc. Note: This building is leased from a private owner, thus not government owned. The Contractor shall provide all supervision, personnel, cleaning products (to include waxes, etc), labor material and equipment necessary to accomplish the janitorial services needed. There is no available space for storage of cleaning equipment and cleaning supplies on site. Most janitorial services (excluding such services as buffing of floors, etc) are to be accomplished daily, etc as per below. Contract work hours are from 7AM to 5 PM unless otherwise specified -Monday to Friday, expect government holidays, etc and shall include/consist of the following: Daily sweep/wet mop all non-carpeted floor areasDaily vacuum carpeted floors, floor mats-traffic areasWeekly vacuum carpeted floors, floor mats-wall/wallExtract carpeted areas, spot treat Bi-Monthly, Quarterly or as neededWeekly dusting of ledges and window sillsMonthly buffing of floorsSemi-annually strip and seal floorsDusting low areas and spot cleaning walls and glass panels twice a weekWeekly dusting of high areasQuarterly Area inspection/auditQuarterly HVAC vent cleaningQuarterly spot treating floorsQuarterly dust blindsBi-Weekly spot clean telephones and sanitize receiversDaily emptying and cleaning all waste receptaclesDaily dusting and spot cleaning desktops and countertopsBi-Monthly vacuum furniture partition fabricBi-weekly spot cleaning/sanitizing of telephones and receivers NO SOLICITATION IS CURRENTLY AVAILABLE (therefore please do not request a copy of the solicitation), However if a solicitation is issued per the result of this market survey the contract performance period will be for 3 years, a one (1) year base period and two (2) additional option years issued as a fixed price contract. Interested firms with the capability of providing the required service(s) must provide a capability statement to include past performance information (the submission is limited to 5 pages) sufficient enough to demonstrate their experience, skills and capability to fulfill the Governments requirements for the above and to assist the Government in determining whether or not this procurement will be set-aside for any of the programs described above. In addition the past performance information shall include recent and relevant contracts information for the same or similar service(s) for Government agencies or private industry and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Offeror shall furnish this information for at least three (3) contracts, ongoing or completed within the last three years, for like or similar services. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement as long as the Offerors submission stays within the 5-page limit. Any resulting procurement will be classified under North American Industrial Classification (NAICS) code 561720 with a size standard of $16.5M. All respondents shall identify their firms size and type of business. Two (2) copies of the capability statement must be received at the address identified in this synopsis prior to 3:00 p.m. local time at designated location on September 2, 2010. Responses by fax or e-mail WILL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD2010088/listing.html)
 
Record
SN02248361-W 20100822/100820234754-49b90b4096bad81c0e2f435990bea9d9 (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.