DFLO - Janitorial and O & M Services
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE GSA IS NOT SEEKING PRICING OR OFFERS. The General Services Administration (GSA), Region 10 is currently requestin... THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE GSA IS NOT SEEKING PRICING OR OFFERS. The General Services Administration (GSA), Region 10 is currently requesting information in order to determine the existence of viable commercial sources capable of providing Janitorial and O&M Services to various Land Port of Entry (LPOE) locations (Danville, Ferry, Oroville and Laurier). The intended contract period of performance is for a base year with 3 option periods; two (2) one-year option periods and one two (2) months period. Base Period: 9/1/2019 - 8/31/2020 Option Period 1: 9/1/2020 - 8/31/2021 Option Period 2: 9/1/2021 - 8/31/2022 Option Period 3: 9/1/2022 - 10/31/2022 Description of Services: The Contractor shall provide all labor, management, supervision, tools, material, and shall plan, schedule, coordinate and assure effective performance of all services described herein. The Contractor shall provide Janitorial and O&M services in accordance with the performance work statement. NOTE: Please see attached "DRAFT" Performance Work Statement for more details. The NAICS code assigned is: 561210, Facilities Support Services and the small business size standard is $38.5 million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the sources sought questionnaire below and email your response to jose.domingo@gsa.gov no later than 12:00 PM PST on April 9, 2019. Please include any comments you may have. Also provide your capability statements within your response. NOTE: Solicitation for this requirement will be posted thru GSA eBuy. The category in order to be considered for award, a Contractor will be required to have the Special Item Numbers (SIN) 03FAC-Facilities Maintenance and Management awarded on their Schedule contract. Additionally, for this requirement, each contractor will need to have a category 811 002 Complete Facilities Maintenance by the closing date of the RFQ in order to be considered responsive. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 561210, Facilities Support Services and the small business size standard is $38.5 million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 3. If your company were selected, how many calendar days would your company need after the contract award date before completing providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 4. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »