Federal Bid

Last Updated on 13 Mar 2019 at 8 AM
Solicitation
Warner robins Georgia

DLA Distribution Warner Robins Janitorial

Solicitation ID SP3300-19-R-0001
Posted Date 12 Feb 2019 at 4 PM
Archive Date 13 Mar 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside 8(a) Set-Aside (FAR 19.8)
Contracting Office Dla Distribution
Agency Department Of Defense
Location Warner robins Georgia United states

DDWG Janitorial Services Synopsis/ Preproposal Conference and Site Visit Information

1. DLA Distribution Depot Warner Robins Georgia (DDWG), located on Warner Robins Air Force Base (WRAFB), has a requirement for a contractor to perform janitorial services in approximately 17 warehouses and 2 office buildings; which will be advertised under solicitation SP3300-19-R-0001. The Contractor shall incur all costs associated with the performance of this effort. These costs include, but are not limited to, the cost of fuel, preventative maintenance and repair of their own equipment, preventative maintenance and repair of vehicles, to transport employees and equipment to buildings. Services shall be performed in accordance with standard commercial cleaning practices. Cleaning services provided shall include a full range of custodial care. This is inclusive of, but not limited to, the following: vacuuming, sweeping, mopping, trash removal, emptying and cleaning public ash trays/urns, washing interior/exterior windows, dusting, disinfecting, descaling, shampooing carpet, stripping and waxing floors, cleaning water fountains, cleaning mirrors and glass, cleaning entryways and mats, cleaning stairways, spot cleaning, metal polishing (i.e., examples include, but are not limited to, water fountains, faucet fixtures), stocking supplies in restrooms and break areas, sanitizing restrooms, and removing cob webs.

In addition to all of the cleaning services, the Contractor shall perform spot cleaning on a continual basis. Spot cleaning includes, but is not limited to, removing and/or cleaning smudges, fingerprints, marks, streaks, and spills from washable surfaces of all walls, partitions, vents, grillwork, doors, door guards, door handles, push bars, kick plates, light switches, temperature controls, and fixtures. After spot cleaning, the surface shall have a clean, uniform appearance, free of streaks, spots, and other evidence of soil. The majority of services will be performed indoors; however applicable tasks will be performed outdoors.

2. The anticipated period of performance for this contract is as follows: Resulting contract shall consist of a one month phase-in period, an 11 month base period, and four (4) one-year option periods. The phase-in requirement is to be completed in 30 days. The successful offeror will be required to phase-out services up to 30 days prior to completion of the contract.

Phase in Period: 7/28/2019 through 8/27/2019
Base Period: 8/28/2019 through 7/27/2020
Option Year 1: 7/28/2020 through 7/27/2021
Option Year 2: 7/28/2021 through 7/27/2022
Option Year 3: 7/28/2022 through 7/27/2023
Option Year 4: 7/28/2023 through 7/27/2024

3. This requirement has been offered to the Small Business Administration's 8(a) program providing for full and open competition after the exclusion of sources under FAR Part 15, Contracting by Negotiation. Contract award will be made on the basis of competition limited to eligible 8(a) firms. It is anticipated that award will be made during July 2019.

4. North American Industry Classification System (NAICS) code and size standard are 561720 and $18.0 million, respectively. All documents related to this notice will be posted to the Federal Business Opportunities website. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments/modifications and/or solicitation postings related to this pre-solicitation notice. There will be no advance notification of amendment/modification/solicitation issuance. Prospective offerors are advised to consult the website frequently to check for the issuance of amendments/modifications and/or solicitations.

5. The incumbent vendor is SCS AJV, Contract No. SP3300-14-C-0013. This contract was awarded on August 27, 2014, with a period of performance of one base year and 4 one-year option periods beginning September 28, 2014. The total value of the contract inclusive of all options was $3,438,884.30

6. It is anticipated that Solicitation SP3300-19-R-0001 will be posted to this site approximately on February 26, 2019. Amendments to the Solicitation will also be posted to this site.

7. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the solicitation. Amendments may be issued up until the proposal due date. Failure to acknowledge amendments may render your proposal ineligible for award. Interested offerors are encouraged to use the "Register to Receive Notification" function to register as an interested vendor.

8. Preproposal Conference and Site Visit Information

A preproposal conference and site visit for this procurement is scheduled for March 7, 2019. Prospective offerors are encouraged to attend this conference and site visit.
All interested parties must pre-register for the conference and site visit. To pre-register attending parties must complete a Robins Air Force Base Georgia Access Affidavit and submit it to Mr. Edward Ruud by e-mail at [email protected] NLT March 4, 2019 at 2:00pm EST.

Registered participants will be required to present proper photo identification (i.e. driver's license, passport, etc.), vehicle registration, and proof of insurance on the day of the conference/site visit. Security Officers will perform a physical check of each participant's photo identification against the list of pre-registered participants. Entry to the sites will be denied if participants are not registered, and/or do not provide proper identification. Participants are advised that the Site Visit involves walking through buildings and walking up stairs. Please indicate any special needs to Acquisition Specialist, Alexander Ramirez, when requesting registration to ensure proper accommodations can be arranged. Dress code for the conference and site visit is casual. Participants are advised to wear appropriate clothing and closed-toe shoes to be safe and comfortable while walking throughout the installation.
Prospective offerors are advised that the pre-proposal conference will be held solely for the purpose of explaining the specifications and terms and conditions of this solicitation. Any changes to the solicitation will only be provided by written amendments. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of any such amendment shall be applicable. In no event will failure to attend the pre-proposal conference constitute grounds for a claim after award of the contract.

Additional information regarding registration for this site visit will be posted in the solicitation. It is expected that interested offerors will attend the site visit and thoroughly familiarize themselves with the project.

NOTE: In accordance with FAR 52.204-7 System for Award Management (OCT 2018), (a) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. This includes a Joint Venture.

Bid Protests Not Available

Similar Past Bids

Location Unknown 04 Aug 2015 at 9 PM
Location Unknown 09 Dec 2016 at 8 PM
Warner robins Georgia 26 Jul 2021 at 3 PM
Location Unknown 23 Sep 2019 at 6 PM
Location Unknown 02 Jul 2015 at 6 PM

Similar Opportunities

Warner robins Georgia 16 Jul 2025 at 3 AM
Madison Wisconsin 09 Oct 2025 at 4 AM
Warner robins Georgia 27 Mar 2026 at 4 AM (estimated)