Federal Bid

Last Updated on 26 Jun 2019 at 3 AM
Sources Sought
Location Unknown

99--Janitorial Service at Lancaster Air Traffic Control Tower (ATCT), Lancaster Airport, Lititz, PA

Solicitation ID 6523
Posted Date 20 Mar 2008 at 4 AM
Archive Date 25 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 6923g3 E. Region, Logistics Div
Agency Department Of Transportation
Location United states
The Federal Aviation Administration (FAA) has a requirement to provide Janitorial Services for Lancaster Airport, Air Traffic Control Tower (ATCT), Lititz, Pennsylvania. The period of performance is estimated to begin on/or about June 1, 2008, for a base period of one (1) year with four (4) one-year option periods. The contractor shall provide at their expense all supervision, labor, equipment, supplies, etc., necessary to perform specified janitorial services. All companies submitting a proposal must be registered and active in the Central Contractor Registration (CCR) Data Base. This Screening Information Request (SIR), DTFAEA-08-R-SJ005 (when requesting this RFO, please use this number) is a Small Business Set-Aside. North American Industry Classification System (NAICS) code is 561720. All companies submitting a proposal on this project must have an active business address and phone number for a minimum of one (1) year prior to award and be within a one hundred (100) mile radius of the FAA Facility located at Lancaster Airport, 200 Airport Rd., Lititz, PA 17543. An office within the 100 Mile Radius must be maintained for the duration of this contract. Offers will be evaluated in accordance with the SIR. Evaluation Criteria include Past Performance, Financial Capability, Insurability & Cost. The Government will make a single award to the responsible offeror whose proposal conforms to the requirements and terms and conditions, and is considered to be the lowest price, technically acceptable proposal. A MANDATORY WALK-THRU is scheduled at the Lehigh Valley International Airport on Tuesday, April 15, 2008 at 10:00 AM. Contractors shall contact Arlene Glass, (717) 948-1990, email address is: [email protected], Contracting Officer Representative (COR) forty-eight (48) hours prior to arrange for attendance at the walk-thru. Offers will be accepted from only those contractors who have attended this walk-thru to assure a full understanding of the requirement. SIR will be issued on March 26, 2008. Closing Date for receipt of Proposals is 3:30 PM, EST on May 09, 2008. All companies who meet the above requirements may fax their request to Mr. Steven Jones, Fax No. (718) 995-5685 or E-mail their request to [email protected]. Request must be on company letterhead showing the address within the one hundred (100) mile radius. All other requests will not be accepted. No phone requests will be accepted. Map Quest will be the tool used to determine distance between company addresses and the facility. This Notice is for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization, has a program to assist small businesses, small businesses owned and controlled by a socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $750,000. For further information and applicable forms concerning the STLP, call the OSDBU at (800) 532-1169.
Bid Protests Not Available