USMS Indoor Fire Range Cleaning
ID: 47PG0724R0020Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R6 SMALL PROJECTS ACQUISITION NEBRASKAOMAHA, NE, 68102, USA

NAICS

Hazardous Waste Treatment and Disposal (562211)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) has issued a solicitation for cleaning and maintenance services for the USMS Indoor Fire Range at the Roman Hruska US Courthouse in Omaha, Nebraska. This project is reserved exclusively for small businesses.

    The selected contractor will be responsible for providing all necessary labor, materials, and equipment to perform comprehensive cleaning services, including standardized work elements, labor hours, and material and equipment costs. The focus of this procurement is on the contractor's ability to meet the specialized requirements of cleaning and maintaining an indoor firing range, with specific tasks related to lead removal, ventilation system servicing, and adherence to range safety protocols. The contractor must achieve substantial completion within 365 calendar days of receiving the Notice to Proceed, with the potential for extension by mutual agreement.

    Qualified applicants should have a minimum of three years of experience in cleaning and servicing indoor firing ranges and must provide two examples of similar past projects. The GSA encourages bidders to attend a pre-proposal conference site visit on July 26, 2024, and submits their proposals by the extended deadline of August 13, 2024, at 4:00 PM CST.

    The GSA will evaluate bidders based on their ability to meet the specialized requirements, with an emphasis on experience and past performance in indoor firing range maintenance. The awarded contract will be a firm-fixed-price agreement, with potential adjustments for annual inflation increases in the minimum wage.

    Interested parties should refer to the solicitation documents for further details on specifications, submission requirements, and evaluation criteria. The primary point of contact for any queries is Terry Morgan at terry.morgan@gsa.gov or 40265498695.

    This opportunity seeks to engage a small business contractor for the specialized cleaning and maintenance of the USMS Indoor Fire Range, ensuring a high standard of service and compliance with safety and regulatory requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    This solicitation, issued by the General Services Administration, seeks offers for a firm-fixed-price contract to procure comprehensive cleaning and housekeeping services for the USMS Indoor Firing Range within the Roman Hruska US Courthouse in Omaha, Nebraska. The place of performance is specified as 111 South 18th Plaza, Omaha, NE 68102, with a performance period of one year, from August 9, 2024, to August 9, 2025. The contractor is expected to provide all necessary labor, materials, equipment, and supervision to perform the required cleaning services. This includes, but is not limited to, standardized work elements, labor hours, wage rates, material costs, equipment costs, subcontractor fees, overhead, and profit rates. The solicitation emphasizes the submission of a detailed proposal, including a price breakdown and a signed SF1442 form. The offer submission deadline is August 5, 2024, at 4:00 PM CST, with offers valid for 60 calendar days. The government will accept the offer in writing within 365 calendar days after the due date. The contract specifications and scope of work are provided in the attached documents, with site visits available by appointment. This summary provides a concise overview of the key procurement details, focusing on the goods and services being procured, specifications, scope of work, contract type, place and period of performance, and critical dates for offer submission and acceptance.
    The General Services Administration (GSA) is seeking a contractor to clean the indoor fire range of the Roman Hruska US Courthouse in Omaha, Nebraska. This is a small business set-aside contract, reserved for qualified small businesses. The GSA has outlined comprehensive terms and conditions for the project, including the scope of work, pricing, and contractor responsibilities. The contractor will be responsible for providing all labor, materials, equipment, and services necessary for the proper execution of the work, including cleaning the indoor fire range and any associated tasks. They will have ten days after receiving the Notice to Proceed (NTP) to commence work and must achieve substantial completion within 365 calendar days from the issuance of the NTP. The contract completion date will be agreed upon by both parties. The contractor must adhere to specific requirements, such as obtaining necessary permits and licenses, complying with safety protocols, and meeting insurance requirements. They will also need to submit a detailed project schedule and regularly update it to reflect their progress. The GSA has specified that time is of the essence for this project, and liquidated damages of $160 per day will be applied for delays in completion. The contract price will include all costs necessary to complete the work and will be adjusted for any annual inflation increases in the minimum wage. The GSA will evaluate proposals based on various criteria, including the contractor's ability to meet the specified requirements and their compliance with applicable laws and regulations. The successful contractor will be expected to diligently prosecute the work and maintain open communication with the GSA throughout the project.
    The General Services Administration (GSA) is seeking proposals for a construction contract to clean the USMS Indoor Fire Range at the Roman Hruska US Courthouse in Omaha, Nebraska. This project has been set aside exclusively for small businesses, as per the clause 52.219-6 in the Agreement and FAR 19.503. The estimated price range for the project is $25,000 to $100,000. Proposals must include a completed Offeror Representations and Certifications Form, Standard Form (SF) 1442, the Agreement and its attachments, and other specified documents. A pre-proposal conference site visit is scheduled for July 26, 2024, and the deadline for proposal submissions is August 5, 2024. The government will award a firm-fixed-price contract to the responsible offeror whose proposal represents the best value, considering total evaluated price and non-price factors like experience and past performance. Offerors must demonstrate at least three years of experience in cleaning and servicing indoor firing ranges and provide two examples of similar past projects. The solicitation includes detailed instructions for offerors, covering submission requirements, security, and evaluation criteria. It also outlines various provisions, such as the Buy American Requirements and the Affirmative Procurement Program, which encourages the use of recovered and environmentally preferable materials. Overall, this solicitation seeks a small business contractor to perform cleaning services for an indoor fire range at a federal courthouse, with a focus on evaluating experience, past performance, and cost in the selection process.
    The GSA, through Solicitation 47PG0724R0020 Amendment 001, is seeking information related to specific indoor firing range equipment, with a focus on procuring a make-up air unit and an exhaust fan as part of a larger project to upgrade or maintain firing range facilities. For the make-up air unit, the specified model is the Trane MCCA017GAR0ACA000G0ECA00E0A000BC000C000000A0, which is designed to provide fresh air and temperature control for indoor firing ranges. This unit likely has custom specifications to handle the unique ventilation and environmental challenges of an indoor firing range, ensuring proper air quality and comfort for users. As for the exhaust fan, the ILG Model SQB300RD8363 will play a critical role in removing gun smoke, particulate matter, and noxious gases from the range, maintaining safe and healthy conditions for shooters and range personnel. While specific contract details and quantities are not provided in this RFI response, it is clear that the procurement objective is to obtain these two critical pieces of equipment for an indoor firing range, with the potential for further related procurements as part of a broader range improvement or maintenance project. This RFI response serves as an early stage of the procurement process, with the government agency gathering information and assessing potential vendors before moving forward with more detailed solicitations and contracts.
    This file contains a Wage Determination document from the U.S. Department of Labor, outlining the minimum wage rates and fringe benefits for various occupations under the Service Contract Act. The document covers a wide range of occupations, from administrative support to technical and transportation roles. **Procurement Objective:** The primary objective of this procurement is to establish wage rates and benefits for a diverse range of occupations across different industries. This ensures that contractors and subcontractors working on federal contracts comply with the Service Contract Act and provide fair compensation to their employees. **Specifications and Requirements:** The document provides specific wage rates for each occupation, with rates varying based on the skill level and nature of the work. The rates are presented in a tabular format, with occupations categorized into different groups such as "Administrative Support and Clerical Occupations," "Automotive Service Occupations," "Food Preparation and Service Occupations," and many more. **Scope of Work:** While the document does not outline specific tasks or deliverables, it establishes the wage rates and benefits that contractors and subcontractors must adhere to when employing individuals in the listed occupations. **Contract Details:** This file does not contain specific contract details, but it is implied that these wage rates and benefits are to be followed for any federal contracts or subcontracts that fall under the Service Contract Act. **Key Dates:** The document includes a revision date of 05/10/2024, indicating that these wage rates and benefits are applicable as of that date and may be subject to future revisions. **Evaluation Criteria:** There are no explicit evaluation criteria mentioned in this file, but it serves as a reference for evaluating compliance with wage and benefit requirements for federal contracts. In summary, this file from the U.S. Department of Labor sets forth the minimum wage rates and fringe benefits for a comprehensive list of occupations, ensuring fair compensation for employees working on federal contracts under the Service Contract Act. The document covers a wide range of industries and provides specific wage rates for each occupation, with revisions made periodically to keep the rates up-to-date.
    This solicitation, identified as 47PG0724R00XX, indicates a government agency's intent to procure cleaning and servicing for indoor firing ranges, with a focus on technical evaluation requirements to determine fair and reasonable pricing. The procurement objective is to identify vendors with expertise in maintaining and servicing indoor firing ranges, ensuring their safe and efficient operation. The technical evaluation is designed to assess vendors' experience and capabilities in this specialized field. Vendors are required to have a minimum of three years of experience in cleaning and servicing indoor firing ranges, demonstrating their proficiency and understanding of the unique requirements of this environment. For the technical proposal, vendors must provide two comprehensive examples of similar past projects. These examples should include essential details such as project title, location, contract award and completion dates, contract size and scope, work complexity, and customer contact information. This information allows the agency to evaluate the vendor's ability to handle projects of similar magnitude and complexity successfully. The scope of work includes cleaning and servicing tasks specific to indoor firing ranges, ensuring proper maintenance and functionality. While specific technical specifications or quantities of services are not detailed, the focus is on the vendor's ability to manage the unique challenges of this environment, including lead removal, ventilation system maintenance, and range safety protocols. Key dates, such as submission deadlines and project timelines, are not provided in this excerpt. However, vendors should pay close attention to the response deadline to ensure their bids are considered. Evaluation criteria center on the vendor's experience and past performance, with a strong emphasis on projects similar in nature and scope. The agency will likely assess the vendor's ability to handle complex tasks, resolve issues, and deliver satisfactory results within the specific context of indoor firing range maintenance. This procurement aims to secure a qualified vendor with a proven track record in indoor firing range cleaning and servicing, ensuring that the selected contractor can effectively meet the unique needs of this specialized facility type.
    This document is an amendment to an existing solicitation, extending the deadline for bids and providing responses to bidders' requests for information (RFIs). The main objective of the procurement remains unchanged, with the General Services Administration (GSA) seeking to award a contract for an unspecified project or service. The amendment does not provide specific details about the goods, services, or solutions being procured, but it does extend the deadline for bid submissions, indicating that bidders now have until 4:00 PM Central Time on August 13, 2024, to submit their offers. This amendment also includes a response to bidders' RFIs, which likely contain clarifications or additional information regarding the procurement. While the specific contract type and value are not mentioned, the amendment emphasizes the importance of bidders acknowledging receipt of this amendment to avoid potential rejection of their offers.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Gavins Point Winter Cleaning Project 2025-2029
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide janitorial services for the Gavins Point Winter Cleaning Project from 2025 to 2029. The contractor will be responsible for all necessary supervision, labor, materials, tools, and equipment to maintain cleanliness in recreation areas and public use facilities at the Gavins Point Project, located in Crofton, Nebraska, and Yankton County, South Dakota. This project is crucial for ensuring operational efficiency and health compliance in federal facilities, with a contract period consisting of a 12-month base year and four 12-month option years. Interested contractors must submit their proposals by September 20, 2024, and can direct inquiries to Kyrsten Beaver at kyrsten.l.beaver@usace.army.mil.
    S--JANITORIAL FOR GJAC PLUS OPTION YEARS
    Active
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking qualified small businesses to provide janitorial services for the Grand Junction Air Center (GJAC) in Colorado, with a contract period extending from September 17, 2024, to September 16, 2029. The procurement includes a base year and four option years, requiring comprehensive cleaning services that adhere to health and safety standards, with an emphasis on quality control and environmental compliance. This contract is vital for maintaining clean and safe facilities that support fire management operations, and it is set aside for small businesses under NAICS code 561720, with a minimum wage requirement of $17.20 per hour as per the Service Contract Act. Interested vendors must submit their proposals, including a signed SF-1449 and a technical response, by September 9, 2024, to the contracting point of contact, Patrick Frost, at pfrost@blm.gov.
    CATM Range Cleaning
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotations for CATM Range Cleaning services at Kirtland Air Force Base in New Mexico. The procurement involves comprehensive cleaning and maintenance tasks, including monthly cleaning of the range bay, quarterly replacement of dust collection unit filters, and semi-annual disposal of non-hazardous ammunition waste. These services are crucial for maintaining safety and compliance with environmental regulations at the Combat Arms Training Range, ensuring operational integrity and environmental stewardship. Interested small businesses must submit their technical and price proposals by September 17, 2024, and can contact Stacey Lee at stacey.lee.2@us.af.mil or Lauren Hook at lauren.hook@us.af.mil for further information.
    Montana Interstate Facilities Engineering and Full Facilities Services
    Active
    General Services Administration
    Opportunity Overview: The United States General Services Administration (GSA) is seeking a contractor to provide comprehensive facilities engineering and management services for multiple federal buildings in Montana. This is a combined synopsis and solicitation for commercial services, with a focus on managing and maintaining GSA-controlled spaces. The contract will be awarded to the most advantageous offer, emphasizing both price and non-price factors. The primary goal is to ensure the efficient and effective operation and maintenance of these facilities, which are spread across three cities in Montana, including Billings, Bozeman, and Butte. The contract is anticipated to run for four years and ten months, including a base year and multiple extension options. Scope of Work: The successful contractor will be responsible for a wide range of tasks, encompassing facilities engineering, operations, maintenance, repairs, and alterations. This includes managing building systems such as HVAC, electrical, plumbing, fire protection, and security. Additionally, the contractor will undertake custodial services, landscaping, grounds maintenance, snow removal, and integrated pest management. The scope also involves responding to service requests, performing emergency repairs, and ensuring tenant satisfaction. The contractor must provide a holistic approach to maintaining the buildings, considering sustainability, systems thinking, and program strategy. For facilities engineering, the focus is on implementing innovative solutions and providing technical expertise to manage the complex interactions among systems, equipment, and the building environment. The contractor will be involved in data-driven decision-making and recommendations for the optimization of building performance. Eligibility Criteria: Eligibility for this procurement is limited to small businesses that can demonstrate expertise and experience in facilities engineering and full facilities management. Offerors must provide details of similar projects, especially those involving sustainable initiatives, quality management, and enhanced predictive or preventative maintenance programs. Funding and Contract Details: The contract is expected to be awarded as an indefinite-delivery, indefinite-quantity (IDIQ) arrangement. The base contract period is one year, with three one-year extension options, a five-month additional option, and a potential six-month services extension. The total estimated value of the contract is not stated, although the request for proposal emphasizes pricing as a critical evaluation factor. The GSA will determine pricing based on the selected offer's allocation of rates to specific contract line items. Submission Process: Offerors are required to populate and submit the Pricing Sheet attached to the RFP, ensuring that proposed costs are accurate and consistent across different categories. The GSA encourages transparency and clarity in pricing, including breaking down labor rates and other direct costs. The proposal deadline is stated as September 20, 2024, with an expected award date of December 2024. Offerors must also submit a completed 52.212-3, Offeror Representations and Certifications, along with their proposals. Evaluation Criteria: The GSA will evaluate offers based on the following factors, in descending order of importance: Quality Management System: The maturity and certification of the offeror's QMS, including their ability to meet external regulations and internal quality standards. Staffing Plan: The contractor's approach to staffing, including their understanding of the required resources and capabilities to deliver the specified services effectively. Relevant Experience: Evidence of successful completion of similar projects, especially those involving sustainable practices, quality management, and enhanced maintenance programs. Past Performance: Assessment of the offeror's previous relevant work, focusing on their technical solutions, timeliness, quality management, and overall client satisfaction. Energy Optimization Approach: The contractor's plans and strategies for optimizing energy performance and achieving energy goals will be evaluated. Socioeconomic Status: The GSA's socioeconomic objectives will be considered, which may include contributions to small businesses or other socioeconomic categories. Contact Information: For clarification or further information, interested parties can contact Dylan White at dylan.white@gsa.gov. Offerors are advised to carefully review the request for proposal and its attachments for further details and instructions.
    Washington Metro Shoot House
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the Transportation Security Administration (TSA), is seeking qualified contractors to provide firing range services for mandatory firearms training and quarterly qualifications, located within 50 miles of Springfield, Virginia. The selected contractor will be responsible for ensuring the range meets local, state, and federal regulations, including compliance with OSHA standards and proper disposal of contaminants, while providing facilities for firearms cleaning and training. This initiative is crucial for maintaining high training standards for TSA personnel, with an estimated usage of approximately 640 hours annually, and the contract is expected to be awarded following a lowest price technically acceptable evaluation process. Interested parties must submit their quotes by September 11, 2024, at 12:00 PM Eastern Time, and can contact Delisa Hawkins at Delisa.Hawkins@tsa.dhs.gov for further information.
    General Services Administration (GSA) seeks to lease office space in Omaha, NE
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to lease office space in Omaha, Nebraska, specifically within a delineated area defined by various geographic boundaries. The requirements include a minimum of 17,411 square feet and a maximum of 18,280 square feet of office space, with specific stipulations regarding parking, accessibility, and environmental certifications such as LEED or Energy Star. This procurement is crucial for accommodating government operations and ensuring compliance with federal standards, including fire safety and sustainability. Interested parties must submit their expressions of interest by September 20, 2024, with the market survey estimated for October 14, 2024, and occupancy anticipated by January 1, 2026. For further inquiries, contact Nicholas Zabelin at Nicholas.Zabelin@gsa.gov or (925) 790-2124.
    USBP Yuma Firing Range Bathroom Cleaning
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection, is seeking qualified contractors to provide janitorial services for the restroom facilities at the USBP Yuma Firing Range in Yuma, Arizona. The contract requires weekly cleaning of two bathrooms to ensure compliance with Occupational Safety and Health Administration (OSHA) standards, with specific tasks outlined in the Statement of Work, including cleaning toilets, sinks, and floors, as well as trash removal. This procurement is crucial for maintaining a clean and safe environment for U.S. Border Patrol agents, with a contract period starting September 25, 2024, and options for up to four additional years. Interested parties must submit their quotations by September 11, 2024, to Contract Specialist Benjamin Dorgan at benjamin.j.dorgan@cbp.dhs.gov, ensuring compliance with all outlined requirements and deadlines.
    Various Navy Shipboard Cleaners
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking to establish an Open Market Blanket Purchase Agreement (OM-BPA) for various Navy Shipboard Cleaners, covering eight specific National Stock Numbers (NSNs). This procurement aims to secure cleaning products essential for maintaining Navy vessels, with a performance period extending up to five years and a total value not to exceed $250,000. Vendors interested in this opportunity must submit a completed solicitation package, including compliance documentation, by the deadline of September 11, 2024, to be considered for award. For inquiries, interested parties can contact Holly Eskridge at holly.eskridge@gsa.gov or by phone at 817-850-8365.
    Janitorial Services at U.S. Government Publishing Office, Congressman Frank Evans Pueblo Distribution Center
    Active
    United States Government Publishing Office
    The United States Government Publishing Office is seeking a qualified contractor to provide janitorial services at the Congressman Frank Evans Pueblo Distribution Center in Colorado. The contract will cover a range of cleaning tasks, including daily, weekly, quarterly, and semi-annual services, from October 1, 2024, to September 30, 2029, ensuring a sanitary environment in compliance with federal standards. This procurement emphasizes the importance of maintaining cleanliness in federal facilities and supports women-owned small businesses through its solicitation process. Interested contractors must submit their proposals, including a firm-fixed price and past performance documentation, by the specified deadlines, and can direct inquiries to Brittany Freeman at bfreeman@gpo.gov or Troy White at twhite@gpo.gov.
    (RLP PACKAGE) General Services Administration (GSA) seeks to lease the following space in Medford, OR
    Active
    General Services Administration
    The General Services Administration (GSA) seeks proposals for a long-term lease of 32,065 to 35,213 square feet of office space in Medford, Oregon, to be used as a courthouse and government offices. GSA prioritizes efficient, sustainable, and accessible spaces, with stringent security and fire safety requirements. Offerors must submit detailed proposals by the extended deadline of September 8th, 2023, adhering to comprehensive evaluation processes for life safety and security. This procurement also entails substantial parking provisions, a focus on LEED certifications, and a 20-year lease term. The process includes amendments and strict information confidentiality. GSA's request entails detailed requirements for potential lessors, emphasizing security, accessibility, and sustainability. The agency seeks a modern office space that meets specific square footage and layout requirements, with efficient use of space and energy. To ensure the safety and security of the courthouse, the building must adhere to stringent GSA standards, including controlled access and blast protection. Additionally, the selected lessor will be responsible for providing a space that meets LEED Silver certification standards. The request for lease proposals (RLP) reflects the government's need for a centralized hub to house multiple agencies, enhancing operational efficiency. With a focus on urban development and infrastructure, the RLP seeks to transform a designated city center area into a functional and sustainable complex. Interested parties should take note of the sensitive nature of the procurement, requiring a specific request for additional details. The lease, with a potential 15- to 20-year term, entails substantial financial commitments and responsibilities. Lessors must provide detailed cost estimates and agree to maintain the property to government standards. Furthermore, offerors for this project must navigate through comprehensive environmental impact and security assessments. The DOT also seeks proposals for a major highway construction and maintenance project along a 50-mile stretch of highway. The work involves upgrading infrastructure, including asphalt paving, bridge rehabilitation, and installing safety features. Experienced contractors with a strong safety record and the capacity to adhere to tight timelines are invited to respond. Shortlisted candidates will receive detailed project plans, and proposals must include a comprehensive execution plan and cost breakdown. This time-sensitive project holds the potential for enhancing safety and efficiency on a busy transportation corridor. For clarification or queries, contact the relevant government representatives. The opportunities, with their respective deadlines, are open for response, offering a chance for successful bidders to contribute to these significant public projects.