PLASTIC POLISH CLEANING COMPOUND
ID: 47QSSC-25-A-2312Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA/FAS/GSS/QSCBD/ASSISTED CONTRACTING BRANCH BWashington, DC, 20006, USA

NAICS

Polish and Other Sanitation Good Manufacturing (325612)

PSC

CLEANING AND POLISHING COMPOUNDS AND PREPARATIONS (7930)

Set Aside

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

    The General Services Administration (GSA) is soliciting proposals for a Blanket Purchase Agreement (BPA) for a Plastic Polish Cleaning Compound, specifically targeting small businesses, including Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The procurement aims to establish a reliable source for cleaning and polishing compounds, which are essential for maintaining cleanliness and hygiene in federal facilities. The estimated value of the BPA is $4.5 million, covering one base year and four option years, with proposals due by March 14, 2025. Interested vendors should contact Kreme Davis at kreme.davis@gsa.gov or 817-492-5848 for further details and to ensure compliance with submission requirements.

    Point(s) of Contact
    KREME DAVIS
    (817) 492-5848
    (000) 000-0000
    kreme.davis@gsa.gov
    Files
    Title
    Posted
    The document pertains to a federal procurement process for a Blanket Purchase Agreement (BPA) estimated at $4.5 million over a period that includes one base year and four option years. It outlines the conditions under which the General Services Administration (GSA) will issue orders against the BPA, emphasizing that a binding agreement only forms upon the acceptance of issued orders. Key aspects include an annual review of the BPA, with no guaranteed minimum orders, and specific delivery terms, requiring orders to be shipped within seven business days. Vendors must submit detailed quotes by a specified deadline, with all necessary paperwork included. The BPA requires adherence to military packaging standards and includes penalties for non-compliance in shipment markings, pricing structure, and delivery terms. Requirements also include submitting descriptive literature for offered products to demonstrate compliance with specifications. Quotes are evaluated based on technical acceptability and price, with emphasis placed on providing comprehensive and competitive quotes in initial submissions. Vendors are notified of their obligation to enroll in either Electronic Data Interchange or the Vendor Portal for order processing upon award. This procurement process highlights the GSA's commitment to efficient supply chain management while ensuring compliance with federal standards and enhancing vendor participation in government contracts.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract to provide commercial products and services under a Blanket Purchase Agreement (BPA) estimated at $4.5 million, valid for up to five years. It specifies the solicitation number (47QSSC-25-A-2312), the contact information for inquiries, and the due date for offers (March 10, 2025). It is issued by the General Services Administration's Supply Chain Management Contracting Division in Fort Worth, Texas, and includes reference to various federal acquisition regulations (FAR) that govern the solicitation process. The requirements detail the contractor's obligations and the necessary steps for submission, such as completing specific blocks related to pricing and terms. This acquisition is open to different small business classifications, including Economically Disadvantaged WOSBs and Service-Disabled Veteran-Owned Small Businesses. The document serves as a formal request for quotes (RFQ), inviting businesses to submit proposals that comply with federal standards to fulfill government procurement needs effectively.
    The document outlines a solicitation for a Blanket Purchase Agreement (BPA) targeting Women-Owned Small Businesses (WOSB), specifically an Economically Disadvantaged Women-Owned Small Business (EDWOSB). It details a procurement effort within the federal government for commercial products and services, establishing the framework for potential contract awards estimated at $4.5 million, valid for multiple years. Notable components include requisition and solicitation numbers, contact details, and deadlines for offers. The document specifies that the solicitation is unrestricted and classified under the North American Industry Classification Standard (NAICS) with a stated size standard. Key sections require bidders to provide item specifications, quantities, pricing, and service delivery terms in accordance with federal regulations. The submission of proposals must adhere to designated formats and include necessary signatures and information from both contractors and the contracting officer. The solicitation process emphasizes compliance with governing laws and standards, affirming the government’s commitment to include small businesses in federal contracting opportunities.
    This document outlines an amendment to a government solicitation, specifically altering the terms and conditions associated with a contract. Key elements include instructions for acknowledging receipt of the amendment, which can be done through specific forms or electronic communication. Notably, acknowledgment must occur before the specified deadline to avoid rejection of offers. The amendment entails an extension of the solicitation date from March 10, 2025, to March 14, 2025, adjustments to the list of items (changing from China Tableware to Plastic Polish), and a change in the solicitation type to a 100% Small Business Set-Aside. It also outlines procedural details regarding the modification process, emphasizing the need for precise documentation and communication from contractors. The purpose of this amendment is primarily to update bidders on critical changes to the solicitation requirements, thereby ensuring clarity and compliance in the bidding process while promoting opportunities for small businesses. This reflects the government's efforts to maintain an organized procurement process and adhere to relevant regulations.
    The document details an amendment to an existing government solicitation, outlining critical instructions for contractors regarding the acknowledgment of the amendment and modifications to the original solicitation. Key changes include an extension of the solicitation deadline from March 10, 2025, to March 14, 2025, and a revision of the items listed in the Schedule of Items from "China Tableware" to "Plastic Polish." Additionally, the document reclassifies the contract from "Unrestricted" to a "100% Small Business Set-Aside." The filing emphasizes the necessity for contractors to acknowledge receipt of the amendment through specific channels, highlighting that failure to comply may lead to the rejection of their offers. It also provides detailed guidelines on how to complete various sections of the amendment form, reinforcing the structure required for subsequent contract modifications and ensuring clarity in communication between contractors and the government. Overall, the document underscores the importance of compliance with government solicitation processes and the necessary adjustments in response to changing conditions or requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    S--Janitorial Services Patuxent Research Services
    Buyer not available
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking proposals for janitorial services at the Patuxent Research Refuge. The contractor will be responsible for maintaining cleanliness across various facilities, including office buildings, visitor centers, and restrooms, while adhering to OSHA regulations and utilizing environmentally preferable cleaning products compliant with LEED standards. This procurement is crucial for ensuring a clean and professional environment that supports the Refuge's mission, with a contract performance period from March 1, 2025, to February 28, 2030. Interested vendors must submit their proposals via email by March 3, 2025, and are encouraged to contact Timothy Clapp at timothyclapp@fws.gov for further information.
    S--PROVO AND PG JANITORIAL
    Buyer not available
    The Department of the Interior, specifically the Bureau of Reclamation's Upper Colorado Regional Office, is seeking proposals for janitorial services at the Provo and Pleasant Grove offices, with the contract period running from July 1, 2025, to June 30, 2030. The procurement includes a base year and four optional years, requiring comprehensive cleaning tasks such as waste disposal, restroom sanitation, and maintenance of various surfaces, while adhering to the Service Contract Act and ensuring compliance with labor standards. This contract is crucial for maintaining a clean and healthy working environment in federal facilities, with a focus on fair compensation for workers as outlined in the Wage Determination document. Interested small businesses, particularly those classified as service-disabled veteran-owned or economically disadvantaged women-owned, should contact Kimberley Hervat at khervat@usbr.gov or 801-524-3680 for further details, and must acknowledge an amendment regarding a site visit scheduled for March 10, 2025.
    49--CLEANER,STEAM,PRESS
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of steam cleaners, specifically identified under the solicitation title "49--CLEANER,STEAM,PRESS." This opportunity is set aside for SBA Certified Women-Owned Small Businesses (WOSB) and falls under the NAICS code 333310, which pertains to Commercial and Service Industry Machinery Manufacturing. The steam cleaners are essential for maintenance and repair shop equipment, highlighting their importance in supporting military operations and logistics. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    49--SPRAY GUN,PAINT
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of spray guns for paint applications. This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the government's commitment to supporting small business participation in federal contracting. The spray guns are essential for maintenance and repair operations, ensuring that military equipment is properly maintained and operational. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS portal.
    Cup, Disposable; 7350-01-720-6612
    Buyer not available
    The General Services Administration (GSA) is seeking quotations for the procurement of 120 units of disposable cups, identified by National Stock Number 7350-01-720-6612, to be delivered to Joint Base Lewis McChord, Washington. Vendors must comply with specific requirements, including registration in SAM.gov, adherence to packaging and labeling regulations, and confirmation of their business status as either a dealer or manufacturer. This procurement is part of a total small business set-aside, allowing only businesses with 750 employees or fewer to participate, thereby promoting small business engagement in federal contracting. Interested vendors should contact Desmond Sysengchanh at desmond.sysengchanh@gsa.gov or call 913-415-5933 for further details and to ensure compliance with all submission requirements.
    Cleaning and Janitorial Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Cleaning and Janitorial Services at Fort Drum, NY. The services will include various cleaning services on the military base. The Contractor must be able to accept the Government Purchase Card (GPC) and calls over $10,000 will be paid through Wide Area Workflow (WAWF). Interested parties must be registered and current in the System for Award Management (SAM) before entering into a BPA.
    S216--Grounds Power washing and sealant for Spring
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for a Grounds Power Washing and Sealant service contract for the Jesse Brown VA Medical Center. The contractor will be responsible for providing management, tools, supplies, and labor to conduct power washing and sealing in specified zones, including areas around South Damen Avenue, Ogden Circle Drive, courtyard, and docks, with the aim of maintaining a clean and safe environment. This contract, valued at approximately $9.5 million, has a base period from April 1 to July 1, 2025, and emphasizes compliance with labor standards, particularly for service-disabled veteran-owned small businesses and veteran-owned small businesses. Interested parties should contact Contract Specialist Debbie Bruening at debbie.bruening@va.gov for further details and ensure all required documentation is submitted by the specified deadlines.
    JANITORIAL SERVICES AT HBBS
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified small businesses to provide janitorial services at the Hammond Bay Biological Station located in Millersburg, MI. The contract, identified by RFQ number 140G0225Q0034, will encompass comprehensive cleaning services for three buildings, ensuring a safe and healthy working environment, with an initial term starting June 1, 2025, and extending through multiple option years until November 30, 2030. This procurement is critical for maintaining operational efficiency and compliance with health and safety standards, including adherence to OSHA regulations and a quality control program. Interested contractors should contact Stephanie Doutt at sdoutt@usgs.gov for further details and to ensure their proposals are submitted by the specified deadlines.
    PR Park Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W076 Endist Ft Worth office, is seeking proposals for park cleaning services under a total small business set-aside. The procurement aims to secure janitorial services classified under NAICS code 561720, which encompasses housekeeping and custodial janitorial tasks essential for maintaining the cleanliness and upkeep of park facilities. This opportunity is crucial for ensuring a safe and pleasant environment for users of the parks managed by the Army. Interested small businesses should reach out to Angelina PinaHardin at angelina.l.pinahardin@usace.army.mil or call 817-886-1028 for further details and to express their interest in the solicitation.
    84--FIELD SHOWER,PORTAB
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of portable field showers. This solicitation is set aside for SBA Certified Women-Owned Small Businesses (WOSB) under the FAR 19.15 guidelines, emphasizing the government's commitment to supporting small business participation in federal contracting. The portable field showers are essential for providing hygiene facilities in various operational environments, ensuring the well-being of military personnel. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS website. The solicitation is currently open, and potential bidders are encouraged to review the requirements and submit their proposals accordingly.