Search Contract Opportunities

Bakersfield, CA ATCT and SSC Janitorial Services   2

ID: 697DCK-23-R-00562 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 17, 2023, 10:58 a.m. EDT

Amendment 0002 - The purpose of this amendment is to incorporate the Questions & Answers into the solicitation as well as the Site Visit Sign-In Sheet. There will be no changes to the terms and/or conditions as a result of this modification.

Amendment 0001 - The purpose of this amendment is to incorporate the updated SOW with the corrected address for the Bakersfield ATCT. The correct address for this site is 1547 Boughton Drive, Bakersfield, CA 93308. There will be no changes to the terms and/or conditions as a result of this amendment.

This Solicitation (SIR) is for Janitorial Services for the Bakersfield, CA ATCT and SSC facilities to be completed as required in the Statement of Work (SOW) that is located as attachment J-1 of the attached Solicitation 697DCK-23-R-00562.
This acquisition is set aside for small business. The principal North American Industry Classification System (NAICS) code applicable to this effort is 561720 Janitorial Services.
The resulting award will be Firm-Fixed Price Contract.

A Site Visit will be held on Thursday, August 10, 2023 at 9:00 am Local Time starting at the ATCT. Please email me with the names of those attending and the name of the company they are representing no later than Monday, August 7, 2023 by 12:00 noon Central Time. Each company will be limited to two (2) total attendees. The address to the Bakersfield ATCT is 1420 Boughton Drive, Bakersfield, CA 93308. Please document all your questions while at the site visit and submit them to Jennifer J Davis (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 Jennifer J Davis, Contracting Officer, at jennifer.j.davis@faa.gov no later than 12 noon Central Time on Monday, August 14, 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 12:00 noon Central Time on Thursday, August 17, 2023.
All responses must reference the solicitation number (697DCK-23-R-00562) and be submitted to the following email address: jennifer.j.davis@faa.gov.
SA18 PROPOSAL CONTENT

Submission of Offer. An Offeror must submit an offer which includes the following.

Proposal (Provide 1 copy).

NOTE: The contractor's proposal must 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 follows the AMS, not the FAR, therefore submission of a SAM.gov Clause Report does not meet this requirement.

[ ] 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 Section I, AMS Clause 3.4.1-12 Insurance (Oct 2019).

[ ] 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 Questionnaire

SA56 EVALUATION FACTORS FOR AWARD - SERVICES

The 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. The Government reserves the right to award on initial offers without discussions or to conduct one-on-one discussions with one or more offerors to clarify issues relating to scope, pricing, and responsibility. 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 number

b) Client names, phone numbers, and contact person

c) Dollar Value

d) Scope of Work in detail

e) Percentages of work subcontracted and nature of that work

f) Award and Completion dates

g) Any contractual issues or technical matters disputed, and resolution thereof

h) 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 constraints

Standard 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. 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 Jennifer J Davis at jennifer.j.davis@faa.gov. The CSS is attached to the solicitation announcement as Attachment J-3.

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 project management 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.

(End of Provision)

Contractors must be registered with the System for Award Management, www.sam.gov on the date established for receipt of offers (August 25, 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 JENNIFER J DAVIS, CONTRACT SPECIALIST, VIA EMAIL ( jennifer.j.davis@faa.gov ). NO PHONE CALLS WILL BE ACCEPTED.
MILESTONES
SIR out 7/28/2023

Site Visit Attendee List due 8/7/2023 by 12:00 noon CT

Site Visit 8/10/2023 starting at the ATCT at 9:00 am Local Time

Questions due 8/14/2023 by 12:00 noon CT

Answers out 8/17/2023 by 12:00 noon CT

Proposals due 8/25/2023 by 5:00 pm CT

All submissions must be received no later than 5:00 pm Central Time on Friday, August 25, 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.

Posted: Aug. 9, 2023, 2:04 p.m. EDT
Posted: July 28, 2023, 4:08 p.m. EDT

Overview

Response Deadline
Aug. 25, 2023, 6:00 p.m. EDT Past Due
Posted
July 28, 2023, 4:08 p.m. EDT (updated: Aug. 17, 2023, 10:58 a.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Bakersfield, CA 93308 United States
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Signs of Shaping
73% of obligations for similar contracts within the Federal Aviation Administration were awarded full & open.
On 7/28/23 Southwestern Region issued Synopsis Solicitation 697DCK-23-R-00562 for Bakersfield, CA ATCT and SSC Janitorial Services due 8/25/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S201.
Primary Contact
Name
Jennifer J Davis   Profile
Phone
(817) 222-4349

Documents

Posted documents for Synopsis Solicitation 697DCK-23-R-00562

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 697DCK-23-R-00562

Award Notifications

Agency published notification of awards for Synopsis Solicitation 697DCK-23-R-00562

Contract Awards

Prime contracts awarded through Synopsis Solicitation 697DCK-23-R-00562

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 697DCK-23-R-00562

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 697DCK-23-R-00562

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 697DCK-23-R-00562

Additional Details

Source Agency Hierarchy
TRANSPORTATION, DEPARTMENT OF > FEDERAL AVIATION ADMINISTRATION > 697DCK REGIONAL ACQUISITIONS SVCS
FPDS Organization Code
6920-697DCK
Source Organization Code
500000015
Last Updated
Sept. 9, 2023
Last Updated By
jennifer.j.davis@faa.gov
Archive Date
Sept. 9, 2023