Colorado Bids > Bid Detail

Academic and Athletic Custodial

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159974784872096
Posted Date: Jan 27, 2023
Due Date: Jan 30, 2023
Solicitation No: FA700023R0006
Source: https://sam.gov/opp/cf3d0eb26d...
Follow
Academic and Athletic Custodial
Active
Contract Opportunity
Notice ID
FA700023R0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
USAFA
Office
FA7000 10 CONS LGC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jan 27, 2023 01:51 pm MST
  • Original Published Date: Jan 13, 2023 12:24 pm MST
  • Updated Response Date: Jan 30, 2023 04:00 pm MST
  • Original Response Date: Jan 30, 2023 04:00 pm MST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    USAF Academy , CO 80840
    USA
Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.





The Request for Quotation (RFQ) number is FA700023R0006 and shall be used to reference any written responses to this source sought.





The United States Air Force Academy (USAFA) anticipates a requirement that is being considered under a small business set-aside program for Academic and Athletic Custodial Services. The North American Industry Classification Systems (NAICS) Code proposed 561720. The size standard for NAICS is $19.5 million.





The requirement is to provide custodial services encompassing 32 combined cadet area academic and athletic facilities including the Football Stadium (Falcon Stadium). There is a total square footage of over 3,810,795, comprising of restroom, hard surface and carpeted floor space. Services include both a known and recurring component with established tasks and frequencies, and an unknown component for special events. The contractor provides management, labor, tools, equipment, materials, and supplies to ensure facilities present a clean, neat, and professional appearance. All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, Headquarters Air Force (HAF) standards, instructions, and commercial practices.





Request for proposal is anticipated during the fall of 2023 for a 1 March 2024 start date. Contract type being considered is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 5-year ordering period.





The current Performance Work Statement (PWS) is attached for reference only. Comments and/or suggestions on the PWS are encouraged and requested to be included in your capabilities package. The Governments intent is to update the PWS prior to solicitation incorporating appropriate recommendations.





Interested parties may also provide feedback concerning the following:



a. Is this the appropriate NAICS code? If not, please identify which code is appropriate.



b. Have you ever performed federal government contracts?



c. What are your payment terms?



d. What would you consider “risk” on the contractor’s part for this acquisition?



e. If you require different terms and conditions than those normally used by the



Government, what are your commercial terms and conditions? Please feel free to



provide a copy of your terms and conditions for this type of work.



f. Does the PWS as currently written limit competition?



g. Are there any aspects of this requirement which are not consistent with current



industry practices?



f. Add any questions specific to the acquisition not included above.



Include in your capabilities package your DUNS, Cage Code, SAM expiration date, and any related specifications/drawings.





We are interested in any size business that can meet this requirement.





Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.





All interested firms should submit a capabilities package that outlines the firm’s capabilities in providing the required services. Contractor is required to provide all management and labor required for the operation and management of the required services. Include three past references with current contact information and contract number. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response should not exceed 5 pages.





Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.





Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.





Interested Sources shall respond to this Sources Sought Synopsis no later than 30 January 2023 (4:00 PM Mountain Time). Email your responses to David Willers, Contract Specialist, at david.willers@us.af.mil, AND, Leila Bussey, Contracting Officer, at Leila.bussey@us.af.mil.



Any questions regarding this notice can be directed in writing via email to the following points of contact: David Willers, Contract Specialist, 10 CONS, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, phone (719) 333-8925, at david.willers@us.af.mil or Leila Bussey, Contracting Officer, phone (719) 333-8203, at leila.bussey@us.af.mil. Email is the most efficient way of communicating with Mrs. Bussey and Mr. Willers.






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 719 333 4019 8110 INDUSTRIAL DR STE 200
  • USAF ACADEMY , CO 80840-2303
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >