Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:47PF0019R0068
This procurement is a 100% Small Business Set-Aside. The North American Industrial Classification Code (NAICS) is 561720 with a size standard of $18 million. The U.S. General Services Administration h...
This procurement is a 100% Small Business Set-Aside. The North American Industrial Classification Code (NAICS) is 561720 with a size standard of $18 million. The U.S. General Services Administration has the need for continuation of Janitorial & Related Services at the TSA-Dayton International Airport, 3600 Terminal Drive, Dayton, OH 45377. The current contract expires on August31, 2018. The performance period for janitorial & related services is schedule to commence on September 1, 2019 for a one-year base period, ending August 31, 2020. There are four (4) one-year option periods that may be exercised. The option periods will cover performance from September 1, 2020 through August 31, 2021; September 1, 2021 through August 31, 2022; September 1, 2022 through August 31, 2023; and September 1, 2023 through August 31, 2024 respectively. The contractor will be tasked with furnishing all personnel, labor, equipment, materials, tools, supplies, supervision, management, training/certifications, and services, for janitorial services except as may be expressly set forth as Government furnished, and otherwise accomplish all actions necessary to or incident to, perform and provide the work efforts described in the contract. This work shall be in accordance with all Federal, State and local standards as well as the most current version of all applicable consensus standards including any supplements or revisions. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to the Occupational Safety and Health Act (OSHA) and NIBS. . This procurement is a 100% Small Business Set-Aside. This is negotiated, firm fixed price procurement; there will NOT be a public bid opening. Proposals will be opened privately. The solicitation will be available on or about November 26, 2018; the actual date for receipt of proposals will be stated in the solicitation. Woman owned, Veteran owned, Service Disabled Veteran owned, HUBZone and Small Disadvantaged businesses are encouraged to submit an offer. The North American Industry Classification System (NAICS) code is 561720 with a size standard of $18 million. This is a negotiated procurement. Best Value method will be used to determine awardee. Evaluation factors will consist of Past Performance and Total Evaluated Price. The solicitation cited above can only be obtained by accessing a secure website known as FedBizOpps (FBO). FBO is a secure website designed to safeguard sensitive but unclassified (SBU) acquisition information. FBO is fully integrated with other electronic Government initiatives, including the System for Award Management (SAM) (www.sam.gov) database, and is available for use by all Federal agencies. Registration in both SAM and FBO websites is required in order to download solicitation documents and is used to validate vendor identity. Contractors not registered in these systems will be ineligible to download the solicitation and ineligible for an award. Any questions regarding this notification should be directed to the Contract Specialist whose name appears herein. Potential offerors will be responsible for downloading the solicitation and monitoring the website for amendment(s), if any to the solicitation.