Skip to main content

An official website of the United States government

You have 2 new alerts

McConnel AFB Custodial Services Synopsis

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Original)
  • Original Published Date: Jul 11, 2021 12:17 am CDT
  • Original Response Date: Jul 30, 2021 11:59 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 14, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    McConnell AFB , KS 67221
    USA

Description

The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for Custodial Services at McConnell AFB, Kansas 67221.

The 22d CONS intends to issue a Request for Quotation (RFQ) for a 100% competitive set-aside to SBA certified 8(a) concerns on or about 3 August 2021 for the acquisition of Custodial Services to be performed at McConnell AFB KS. The Government anticipates evaluation factors for a best value decision, using price, past performance trade-off, and a pass/fail technical factor limited to the Mission Essential Contractor Services Plan (the evaluation must meet the requirements in DFARS 252.237-7023 & DFARS 252.237-7024). No relative order of importance of evaluation factors will be set forth in the solicitation. All quotations will require completion of a pre-defined price-list. Total evaluated price (TEP), including all options and six month extension pricing (under FAR 52-217-8, Option to Extend Service) will be used. Past performance will be provided through submission of no more than five references and evaluation will be based on recency and relevancy. Other additional past performance sources, such as the Past Performance Information Retrieval System, may be used at the government's discretion. The Government intends to issue an award to a single SBA certified 8(a) concern under a Requirements contract on or about 2 October 2021. Services will be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The expected award shall consist of one base period of performance (1 Dec 2021- 20 Nov 2022) and may include up to four optional periods of performance (each 1 year in duration, following the Federal Fiscal Year and running consecutively from the expiration of the base period of performance). The North American Industry Classification System code for this requirement is 561720, Janitorial Services. The Small Business Size Standard is $18,000,000.00.

The successful contractor shall provide all management, tools, equipment, and labor necessary to ensure that custodial services are performed at McConnell AFB, in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance, in accordance with applicable laws and commercial standards, and as set forth in the Performance Work Statement (PWS) (89+/- facilities; approximately 752K square feet). Facility cleaning includes restroom/locker room cleaning services and periodic cleaning services in order to meet the requirements of the PWS, the Service Summary and the Air Force Common Levels of Service as defined in the PWS.

The contractor shall perform the services required under this contract during normal base hours of operation from 7:00 a.m. through 5:00 p.m. Monday through Friday, or as stated in the PWS for facilities with other than normal duty hours. Under periodic cleaning services, the contractor shall accomplish buffing floors, floor maintenance and shampooing carpets during the night shift or late night shifts. The contractor is not required to perform services on Federal Holidays.

The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package shall be made available only on the beta System for Award Management web site at: https://sam.gov/content/opportunities. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the Federal Service Desk (fsd.gov) website (which has replaced the FedBizOpps website) for the release of the solicitation package, which should be on or about 3 August 2021, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any.

All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the System for Award Management (SAM) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on SAM registration can be obtained at the following web site: https://sam.gov.

No response to this announcement is required. The government will not compensate any entity for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to reimburse for any bid/proposal preparation costs.

Air Force Federal Acquisition Regulation Supplement 5352.201-9101 OMBUDSMAN (Oct 2019), will apply to this requirement, please reference this clause for specific information.

Contact Information

Contracting Office Address

  • ADMIN ONLY NO REQTN CP 316 759 3275 53384 KANSAS ST STE 110 BLDG 840
  • MCCONNELL AFB , KS 67221-3702
  • USA

Primary Point of Contact

Secondary Point of Contact

History