San Diego-Pacific Desert Region Consolidated Services

expired opportunity(Expired)
From: Federal Government(Federal)
697DCK-24-R-00049

Basic Details

started - 20 Dec, 2023 (4 months ago)

Start Date

20 Dec, 2023 (4 months ago)
due - 27 Dec, 2023 (4 months ago)

Due Date

27 Dec, 2023 (4 months ago)
Bid Notification

Type

Bid Notification
697DCK-24-R-00049

Identifier

697DCK-24-R-00049
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF (8263)FEDERAL AVIATION ADMINISTRATION (4272)697DCK REGIONAL ACQUISITIONS SVCS (949)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 0002 - The purpose of this amendment is to incorporate the updated SOW, the Questions & Answers, the Current Employee Roster from the Janitorial Company currently servicing these sites, and the Site Visit Sign In Sheets. There will be no changes to the terms and/or conditions as a result of this amendment.Amendment 0001 - The purpose of this amendment is to update the Site Visit Point of Contact (POC) information for the following location: Day 4 – 12/14/23 9:00 am - San Diego TRACON - Adrian Carrillo (619) 724-0802There will be no changes to the terms and/or conditions as a result of this amendment.This Solicitation (SIR) is for Consolidated Services for the San Diego-Pacific Desert Region to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-24-R-00049.This acquisition is set aside for small business. The principal North American Industry Classification System (NAICS) code applicable to this effort
is 561270 – Janitorial Services.The resulting award will be Firm-Fixed Price Contract.The Site Visit Schedule is included below under the Milestones. Please email me with the names of those attending and the name of the company they are representing no later than Thursday, December 7, 2023 by 12:00 noon Central Time. Each company will be limited to two (2) total attendees and the following information must be included for each attendee submission: Full Legal Name, Date of Birth, Driver’s License Number and State of Issue, and the Last 4 digits of their Social Security Number. Please document all your questions while at the site visit and submit them to Justin L-CTR Blassingame and Jennifer J Davis (justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov) via email by the date and time as directed below. Questions will not be answered during the site visit.Questions or comments pertaining to this SIR must be submitted in written form via email to Justin L-CTR Blassingame and Jennifer J Davis at justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov no later than 3:00 pm Central Time on Monday, December 18, 2023. Questions and responses that clarify the SIR may be provided to all Offerors; if this information is provided to all Offerors, the source of the questions will not be identified. Responses to all questions and any necessary amendments made to the SIR will be made by 2:00 pm Central Time on Wednesday, December 20, 2023.All responses must reference the solicitation number (697DCK-24-R-00049) and be submitted to the following email addresses: justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.govSA18 PROPOSAL CONTENTSubmission of Offer. An Offeror must submit an offer which includes the following.Proposal (Provide 1 copy).NOTE: The contractor's proposal shall include:[ ] Cover letter stating that no exceptions are taken to any specification requirements or contract terms and condition, or detailed summary of all exceptions taken.[ ] Signed SOLICITATION, OFFER, AND AWARD form (all amendments issued).[ ] Part I, Section B, SUPPLIES/SERVICES & PRICE/COST thru Part IV, Section K, REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS (Note: ensure Offeror completes Section I, clause 3.6.3-3 Hazardous Material Identification and Material Safety Data). The FAA does not follow the FAR therefore a submission of a SAM.gov FAR Clause Report does not meet this requirement. All AMS clauses in this solicitation must be completed.[ ] A Technical Proposal demonstrating how all the required services in the Statement of Work will be completed and a demonstration of Key Personnel that will manage this contract.[ ] A certificate of liability from your insurance company that shows you can meet the requirements identified in in Section I, AMS Clause 3.4.1-10 Insurance (Oct 2020).[ ] No less than three (3) Past Experience References of similar work (e.g. must be janitorial work of a similar size and scope) to the requirements in this SIR.[ ] No less than three (3) Past Performance Submittals (Customer Satisfaction Surveys) completed and submitted by a third party that show completion of similar work, e.g must be janitorial work of a similar size and scope to the requirements in this SIR.[ ] Completed Contractor Staffing Access QuestionnaireSA56 EVALUATION FACTORS FOR AWARD - SERVICESThe Government will make award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose proposal conforms to the solicitation terms and conditions.In accordance with AMS Policy Section 3.2.2.3.1.2.2, Communications with Offerors, the purpose of communications is to ensure mutual understanding between the FAA and offerors about all aspects of the procurement, including the offerors' submittals/proposals. Communications with offerors may take place throughout the source selection process, through contract award, and following award as necessary. Offeror responses to Communication Items may be considered in the evaluation of an offeror’s proposal. Where communications do not result in any changes in the Government’s requirements or SIR, the Government is not required to request or accept offeror revisions.The Government may hold one-on-one meetings with individual offerors as it pertains to their offers. One-on-one communications may continue throughout the process at the Government’s discretion. Communications with one offeror do not necessitate communications with all other offerors. All communications between the Government and offerors must be through the CO or individuals designated by the CO in writing. Offerors must submit written communications to the CO. The FAA also reserves the right to award a contract immediately following the conclusion of evaluations and is not required to conduct discussions or negotiations with the successful Offeror or any other Offeror.Proposals shall be evaluated as either 'acceptable' or unacceptable’ on the basis of the following criteria:A. Past Experience.Provide a list of at least three (3) successful contracts that provided janitorial services within the past five (5) years.Specifically identify projects of similar scope and complexity as described in the Scope of Work in this solicitation.Be specific and provide details. For each project address the following points:a) Project Title, description and contract numberb) Client names, phone numbers, and contact personc) Dollar Valued) Scope of Work in detaile) Percentages of work subcontracted and nature of that workf) Award and Completion datesg) Any contractual issues or technical matters disputed, and resolution thereofh) Any claims and resolution thereof (i.e., nature, number dollar value)i) Any relevant information that would reflect on the offeror’s ability to meet schedule constraintsStandard for Review: An acceptable proposal must demonstrate at least three (3) successful relevant projects in the past five (5) years similar to the current requirement. If any of the information required is not included in the form then the Offeror will be considered non-responsive and evaluated as unacceptable. Failure to demonstrate the minimally acceptability standards under this factor will result in an "UNACCEPTABLE" rating and possible elimination from further consideration for contract award. The FAA reserves the right to contact the customers listed as references, and to apply that information in its final determination.B. Past Performance.An Offeror is required to have at least three (3) CSS from third party references completed and submitted directly to Justin L-CTR Blassingame and Jennifer J Davis at justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-7.Standard for Review: At least three (3) CSS must be received from third party references before the solicitation deadline with an average rating of Good or higher. The FAA reserves the right to contact customers listed as references and conduct a CSS by telephone in the event there is insufficient competition due to the lack of surveys received. If the Contractor does not have an applicable performance history, then within the cover letter the Contractor must indicate the reason for such absence of past performance history and provide a proposed projectmanagement plan to ensure the quality of the services to be performed. Keep in mind that the FAA may use information other than that provided by the Contractor in connection with this solicitation. Any negative customer review that is verified by the CO may deem the proposal unacceptable and will be rejected from further consideration.CONSIDERATION OF PRICE: The offeror must submit pricing information as prescribed in PART I – SECTION B of the Request for Offers. The Government will make award based on successful negotiation of price and conformance with solicitation terms and conditions to the lowest priced, technically acceptable offer. Pricing is required for the base and each option year for each service. If full pricing is not received, the proposal will be deemed unacceptable.The FAA will evaluate proposals for reasonableness in accordance with AMS Policy Section 3.2.3.2 and AMS Procurement Guidance Section T3.2.3. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. When determining price reasonableness, the Government reserves the right to compare the Offeror’s proposed prices to the Independent Government Cost Estimate, to published catalog or market prices, to prior prices paid for the same or similar items and services, or as compared to any other sources. The FAA reserves the right to perform price realism and/or cost realism in accordance with AMS T.3.2.3(A)(1). The FAA reserves the right to conduct cost analysis if necessary to ensure a fair and reasonable price and to support the price realism and/or cost realism analysis. The FAA, at its sole discretion, may require additional information to conduct cost and price analysis or reject proposals lacking completeness or consistency.(End of Provision)Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (December 27, 2023). Reference AMS Clause 3.3.1-33, paragraph (d), “if the offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered Offeror.”DURING THE SOLICITATION, ALL COMMUNICATIONS WILL BE CONDUCTED ONLY WITH Justin L-CTR Blassingame and Jennifer J Davis (justin.l-ctr.blassingame@faa.gov; jennifer.j.davis@faa.gov). NO PHONE CALLS WILL BE ACCEPTED. The Point of Contacts below are only to be contacted if you have signed up to attend the site visits and are having trouble accessing the sites.Milestones:SIR out – 11/20/2023Site Visit Attendees List Due – 12/7/2023 by 12:00 noon CTSite Visits:Day 1 – 12/11/239:00 am - Edwards TRACON - Jim Oswood – 760-284-244711:00 am - Lancaster ATCT - James Mayer – 661-481-40052:00 pm - ZLA ARTCC, TRACON, & CCF - Jorge Gonzalez – 818-561-8636Day 2 – 12/12/239:00 am - El Monte ATCT - Alan Voong 310-678-353211:30 am - Ontario ATCT Alan Voong 310-678-35322:30 pm - Chino ATCT Alan Voong 310-678-3532Day 3 – 12/13/2310:00 am - Palm Springs ATCT – Jeremy Withrow 760-285-9674Day 4 – 12/14/239:00 am - San Diego TRACON Levi Gustafson – 619-318-255411:00 am - Gillespie ATCT - Stephen Quindry 423-483-54242:00 pm - San Diego / Lindbergh ATCT - Stephen Quindry 423-483-5424Questions Due – 12/18/2023 by 12:00 noon CTAnswers Out – 12/20/2023 by 3:00 pm CTProposals Due – 12/27/2023 by 2:00 pm CTAll submissions must be received no later than 2:00 pm Central Time on Wednesday, December 27, 2023. Offerors assume full responsibility of ensuring that proposals are received at the place and by the date and time specified above. Late submittal of proposals will not be accepted.The Government will not be liable for costs associated with the preparation and submittal of inquiries or responses to this announcement and will not reimburse any firm for costs incurred in responding to this SIR. Responses will not be returned.

Palmdale ,
 CA  93550  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Palmdale

Office Address : AAQ-500, FAA SW REGIONAL OFFICE 10101 HILLWOOD PKWY FORT WORTH , TX 76177 USA

Country : United StatesState : TexasCity : Fort Worth

You may also like

CUSTODIAL AND GROUNDS AT THE CALEXICO WEST/EAST LAND PORT OF ENTRIES, SAN DIEGO, CA.

Due: 28 Feb, 2025 (in 9 months)Agency: PUBLIC BUILDINGS SERVICE

Award Notice for General Services Administration (GSA): San Antonio, TX (2TX1148)

Due: 15 May, 2024 (in 10 days)Agency: GENERAL SERVICES ADMINISTRATION

Trash Service in San Diego County

Due: 07 May, 2024 (in 2 days)Agency: Department of Transportation

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 561720Janitorial Services
pscCode S201Custodial Janitorial Services