HIHW Cleaning
ID: 1305M224Q0354Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAANORFOLK, VA, 23510, USA

NAICS

All Other Support Services (561990)

PSC

HOUSEKEEPING- CUSTODIAL JANITORIAL (S201)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified small businesses to provide cleaning services at the Hawaiian Islands Humpback Whale National Marine Sanctuary facility located in Kihei, Hawaii. The procurement involves a total of 720 labor hours for janitorial services, structured over a base period of one year with four optional extension periods, requiring routine cleaning of office spaces, bathrooms, and general use areas. This initiative is crucial for maintaining the facility's operational standards and ensuring a clean environment for visitors and staff. Interested vendors must submit their quotes electronically by 4:00 PM ET on September 16, 2024, and direct any inquiries to Chris Meconnahey at Chris.Meconnahey@noaa.gov by September 12, 2024.

    Point(s) of Contact
    Chris Meconnahey
    (757) 364-6905
    (757) 441-3786
    Chris.Meconnahey@noaa.gov
    Files
    Title
    Posted
    The NOAA Acquisition and Grants Office has issued a combined synopsis/solicitation for commercial items, specifically a Request for Quotations (RFQ) numbered 1305M224Q0354. This procurement is intended for Woman Owned Small Business vendors, adhering to FAR Subpart 12.6 and the applicable Commerce Acquisition Regulations. It consists of a firm-fixed-price purchase order for cleaning services over a 12-month period, including four option periods, with a total of 720 labor hours required across various contract line items. Quoters must submit their bids electronically by 4:00 PM Eastern Time on September 16, 2024, with queries directed to a specified NOAA email address by September 12, 2024. The solicitation includes relevant clauses and a wage determination that is mandatory for compliance. The evaluation criteria will consider technical acceptability and price, prioritizing the Lowest Price Technically Acceptable approach. This procurement emphasizes the government’s commitment to promoting diversity and supporting small businesses, particularly those owned by women, within the federal contracting arena.
    The document is a Statement of Work for cleaning services at the Hawaiian Islands Humpback Whale National Marine Sanctuary facility in Kihei, Hawaii, encompassing three buildings. The scope includes routine cleaning of office spaces, bathrooms, and general use areas, with a guideline of 12 hours of cleaning per month, averaging three hours weekly. Specific tasks include dusting, vacuuming, trash removal, and bathroom sanitation. Non-routine services will be billed at the same labor rate, while all parts and materials need prior approval from NOAA. The contract period spans one year, with an option for four additional years. Contractors must be knowledgeable about relevant county and state permits. The document also includes a layout overview of the facility, detailing space specifications for each building. Shelly Rofrits serves as the NOAA on-site contact for this task. Overall, the Statement of Work outlines the necessary cleaning services to maintain the facility's operational and visitor areas, ensuring compliance with health standards and aesthetics.
    The NOAA Acquisition and Grants Office has issued a combined synopsis/solicitation (RFQ number 1305M224Q0354) focusing on labor services, set aside entirely for small businesses under NAICS code 561720. The procurement involves a total of 720 hours of labor, divided into one base period and four option periods of 144 hours each. Responses to the solicitation are required by 4:00 PM ET on September 16, 2024, with questions directed to the listed email address by September 12, 2024. Key contractual provisions include incorporation of FAR and CAR regulations, specifically citing compliance with wage determinations under the Service Contract Act of 1965. The document also stipulates submission requirements for quotes, including a completed representation and certifications form. A firm-fixed price purchase order is anticipated upon award, and the period of performance is expected to last 12 months with the potential for extension through the additional option periods. Overall, this solicitation emphasizes the federal government’s commitment to engaging small businesses while adhering to standard procurement regulations and procedures.
    The document outlines an amendment to solicitation 1305M224Q0354, intended for cleaning services required by the government. Changes include responses to ten questions regarding the solicitation. Key details specify that cleaning may occur during site hours of 0830-1530, Monday through Friday, with no current contractor in place. The contractor is responsible for providing cleaning supplies and equipment, which should meet industry standards. Eco-friendly cleaning products are not mandated. Security clearance or background checks are required, and the official Wage Determination is available on SAM.gov. Communication with the contractor will be managed by designated contacts from NOAA. There are no specific reporting requirements apart from scheduling cleanings in advance, and a site visit is optional before proposal submission. This document ensures potential contractors are informed of requirements and expectations for the solicitation process within the context of government contract opportunities.
    This document outlines various federal and state grant opportunities and requests for proposals (RFPs) relevant to government projects aimed at enhancing community services and infrastructure. It includes detailed instructions on eligibility criteria, application processes, funding amounts, and deadlines. Key areas of focus involve public health initiatives, educational programs, infrastructure development, and environmental sustainability projects. The file emphasizes the importance of collaboration among local governments, non-profit organizations, and other stakeholders to successfully secure funding and implement proposed projects. It also provides insights into strategic planning and resource allocation essential for maximizing the impact of awarded grants. Through this collective approach, the document underscores the need for comprehensive proposals that demonstrate clear objectives, measurable outcomes, and alignment with federal and state priorities. This compendium serves as a critical guide for entities seeking government funding to address community needs and improve public services.
    The document relates to a federal and state-local government procurement process, encompassing Requests for Proposals (RFPs) and federal grants. It outlines vital funding opportunities aimed at fostering community development and engaging private sector capabilities to address various social and economic needs. The document highlights the importance of structured responses to RFPs, emphasizing compliance with eligibility criteria, proposed project outcomes, and the alignment of initiatives with governmental priorities. It details the application procedures, including submission formats, deadlines, and evaluation criteria, ensuring transparency and fairness throughout the selection process. Furthermore, the document serves as a guide for potential applicants on best practices in proposal writing, focusing on articulating project goals, budget justification, and measuring success through defined metrics. In essence, the document underscores the collaborative effort between government entities and service providers to facilitate effective project implementations, thereby enhancing communal welfare and public resources management while adhering to regulatory frameworks. The necessity for clear communication and rigorous project planning is continuously reinforced to ensure successful outcomes in meeting public sector objectives.
    Lifecycle
    Title
    Type
    HIHW Cleaning
    Currently viewing
    Combined Synopsis/Solicitation
    Solicitation
    Similar Opportunities
    S--VI-SANDY POINT NWR-St. Croix, US Virgin Islands -
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service is seeking qualified contractors to provide janitorial services for the Sandy Point National Wildlife Refuge in St. Croix, US Virgin Islands. The procurement involves a base-year contract with four optional yearly extensions, contingent upon available funding, aimed at maintaining cleanliness and functionality in the office building through daily and monthly cleaning tasks. This contract is a total small business set-aside, reflecting the government's commitment to promoting small business participation in federal contracts. Interested parties must submit their quotes by September 23, 2024, and direct inquiries to Merenica Banks at merenicabanks@fws.gov.
    S--FL-CRYSTAL RIVER NWR-JANITORIAL SERVICES - Option
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, under the Department of the Interior, is soliciting quotations for janitorial services at the Crystal River National Wildlife Refuge Complex, with the contract set to commence on January 1, 2025. The procurement involves a base year contract with options for four additional years, contingent upon funding availability, and is exclusively set aside for small businesses under the SBA guidelines. The services are critical for maintaining cleanliness and operational efficiency in various facilities, including the Refuge Headquarters and restrooms, ensuring a safe and welcoming environment for the public. Interested contractors must submit their proposals by September 19, 2024, at 1400 EST, and direct any inquiries to Contracting Officer Merenica Banks at merenicabanks@fws.gov.
    PR-CULEBRA NWR-MAINTENANCE WORKER
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) is seeking qualified contractors to provide maintenance worker services at the Culebra National Wildlife Refuge (NWR) in Puerto Rico. The contract will cover 832 hours of work over two days each week, focusing on facility upkeep, grounds maintenance, and general support tasks, with a performance period from October 20, 2024, to October 19, 2025, and the possibility of four option years. This initiative is crucial for maintaining the refuge's facilities and ensuring the safety of both visitors and staff, reflecting the government's commitment to wildlife conservation. Interested parties must submit their quotes by September 19, 2024, and can contact Keith Rose at keithrose@fws.gov or 612-713-5423 for further information.
    S--HFO RECREATION SITE JANITORIAL
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM) Arizona State Office, is seeking qualified contractors for janitorial maintenance services at the Hassayampa Field Office Recreation Site in Arizona. The primary objective of this procurement is to ensure clean, safe, and operational facilities at various recreation sites, including vault toilet cleaning and litter removal, while adhering to environmental stewardship and public health standards. This contract is a total small business set-aside, with a performance period from October 1, 2024, to September 30, 2026, and offers must be submitted by September 19, 2024, following a site visit on September 9, 2024. Interested parties can contact Cynthia Markum at cmarkum@blm.gov or by phone at 971-469-5766 for further inquiries.
    S201 - Janitorial Services Crescent Ranger District
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals for year-round janitorial services at the Crescent Ranger District Office in Crescent, Oregon. The contract encompasses approximately 13,425 square feet of office space, restrooms, and conference areas, with specific cleaning schedules required for winter and summer, as well as quarterly window cleanings. This procurement is crucial for maintaining a clean and functional environment in government facilities, reflecting the agency's commitment to operational efficiency and compliance with federal standards. Interested small businesses must submit their proposals, including technical and price quotes, to Contracting Officer Thomas Lucas by October 1, 2024, with a mandatory site visit scheduled for September 26, 2024.
    Repair and reconditioning of 28 each Motor, DC Servo, NWS/ROC PN: 2200220-201, ASN: R400-2A1A1B1
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals from qualified small businesses for the repair and reconditioning of 28 DC Servo Motors, specifically part number 2200220-201. The objective of this procurement is to restore the motors to "like new" operating condition, ensuring they meet the original manufacturer's specifications and tolerances, which is critical for maintaining operational readiness in weather monitoring systems. Interested vendors must demonstrate their capability to fulfill these requirements, including providing a first article for inspection within 60 days after receipt of order, and must submit their quotes by September 20, 2024, at 3 PM CDT. For further inquiries, potential offerors can contact Marjorie Sabbagh at margie.sabbagh@noaa.gov.
    Request for Information: CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE EASTERN BERING SEA, THE ALEUTIAN ISLANDS REGION, AND THE GULF OF ALASKA
    Active
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is conducting a Request for Information (RFI) for the charter of a vessel to perform longline surveys targeting sablefish and other groundfish in the Eastern Bering Sea, Aleutian Islands Region, and Gulf of Alaska. The primary objectives of this procurement include assessing fish abundance, tagging species for migration studies, and collecting biological data to support effective fisheries management. This initiative is crucial for enhancing the understanding of groundfish resources, which are vital for sustainable fisheries practices. Interested vendors are encouraged to submit their capabilities statements by September 23, 2024, to Contracting Officer Crystina Jubie at Crystina.R.Jubie@noaa.gov, and may also participate in a virtual industry day scheduled for the week of September 30, 2024.
    S--AK-SELAWIK NWR-SNOW REMOVAL SERVICE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service, part of the Department of the Interior, is seeking quotations for snow removal services at the Selawik National Wildlife Refuge in Kotzebue, Alaska. The contract will cover a base year with the option for four additional years, focusing on ensuring safe access to facilities by timely snow clearing during designated snowfall periods from October 2024 to May 2025. This service is crucial for maintaining operational continuity and safety at government facilities, emphasizing the use of eco-friendly de-icing materials and adherence to federal labor standards. Interested vendors must submit their quotes by September 19, 2024, and ensure they are registered in the System for Award Management (SAM). For further inquiries, Oscar Orozco can be contacted via email at oscarorozco@fws.gov.
    San Tank Sanitization and Cleaning- Full and Open
    Active
    Dept Of Defense
    The Portsmouth Naval Shipyard, located in Kittery, Maine, seeks bids for two distinct contracts. The first is for the cleaning and sanitization of sanitary tanks aboard a submarine in dry dock. This project, expected to last around three months, requires the successful bidder to use approved cleaning methods and provide all necessary equipment, except for fresh water, compressed air, and electrical power, which will be supplied by the Navy. Access to the tanks is via oval manholes, and the contractor must adhere to strict ventilation and safety regulations. The Navy will award the contract based on the lowest price and technical acceptability, with particular attention to the proposed work schedule. Quotes are due by July 15th, 2024. The second contract opportunity is for operations security (OPSEC) services during the above contract work. The focus is on safeguarding sensitive and critical naval information, including Controlled Unclassified Information (CUI). The successful OPSEC contractor will implement security protocols, including those related to portable electronic devices and verbal discussions, to prevent the inadvertent disclosure of Critical Information and Indicators (CII). The Navy seeks to mitigate security risks and maintain the confidentiality of its operations, schedules, and sensitive equipment details. Vendors interested in this contract must submit proposals highlighting their OPSEC capabilities and experience by the specified deadline. Both contracts emphasize the need for timely initiation and adherence to strict requirements outlined in the respective Statements of Work. For further information and to submit quotes or proposals, interested vendors can contact Skylar Elliott at skylar.n.elliott.civ@us.navy.mil or by phone at 207-438-1358.
    Construction Services - Fish River and Weeks Bay Marsh Restoration
    Active
    Commerce, Department Of
    Presolicitation Notice: Construction Services - Fish River and Weeks Bay Marsh Restoration The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), is planning to solicit and award a contract for the construction of the Fish River and Weeks Bay Marsh Restoration project. This project is located in Baldwin County, Alabama on Fish River at the Weeks Bay National Estuarine Research Reserve property north of US Highway 98. The Fish River and Weeks Bay Marsh Restoration project is an environmental restoration project that aims to degrade borrow areas and place material within previously dredged canals. The material used for filling the canals will be obtained from within the project construction site. The project consists of three main components: Base Bid-Fill Areas 1&2: This includes on-site excavation and placement of approximately 16,947 cubic yards of clayey-sand fill within two of the previously dredged canals. Other work includes mobilization/demobilization, surveying, clearing and grubbing, debris removal and disposal off-site, erosion and turbidity control measures, and special construction signage. Bid Alternative Number 1-Fill Area 3: This involves on-site excavation and placement of approximately 1,003 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes mobilization/demobilization, surveying, clearing and grubbing, canal fill, and erosion and turbidity control measures. Bid Alternative Number 2-Fill Area 2 Expansion Area: This includes on-site excavation and placement of approximately 1,580 cubic yards of clayey-sand fill within one of the previously dredged canals. Work required includes surveying, canal fill, and erosion and turbidity control measures. The estimated period of performance for the completion of the project is 140 calendar days for the Base Bid-Fill Areas 1&2, with an additional 30 calendar days for Bid Alternative Number 1-Fill Area 3 if exercised, and an additional 10 calendar days for Bid Alternative Number 2-Fill Area 2 Expansion Area if exercised. To be eligible for award, the resultant solicitation will require the Offeror to provide documentation proving residency, headquarters, or principal engagement as a business in the State of Alabama or a Gulf Coast state. The Offeror must also certify that at least twenty percent (20%) of the total labor costs under the contract will be performed by its own employees. Additionally, a list of proposed equipment to be used on the project must be provided, and the awardee will be required to perform with the same or technically equivalent equipment post-award. The anticipated solicitation issuance date is on or about April 5, 2024, with the estimated proposal due date on or about May 6, 2024. The official solicitation number 1305M324B0001 will be issued under SAM.gov. For more information, please contact Grace Parker at grace.parker@noaa.gov or Nick Brown at nicholas.g.brown@noaa.gov.