Similar Projects
$160M LRD Metal Fabrication, Refurbishment, and Installation Multiple Award Task Order Contracts (MATOCS)
Renovation
Design
$5,000,000 to $20,000,000 est. value

North Carolina MATOC for General and Design/Build Construction
Post-Bid
$250,000,000 est. value

F--GRSM_Hemlock_Service_Fy21
Term Contract
Post-Bid

Sources Sought Synopsis for United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Results
$3,000,000 to $15,000,000,000 est. value

D/B Southeast MATOC - Phase 2
Results
$1,000,000 to $170,000,000 est. value

Defense Health Agency - Medical Facility Operations and Maintenance
Post-Bid
$2,500 to $90,000,000 est. value

Multiple Award IDIQ General Construction Award-Presolicitation
Results
$5,000,000 to $10,000,000 est. value

USCG National Multiple Award Construction Contract (NMACC III)
New Construction, Renovation, Addition
Post-Bid
$1,500,000 est. value

Access Control Point Program Design Build II -- RFI(2)
Results

Y-- (MATOC) for Design-Build Construction Services
New Construction, Renovation, Demolition
Post-Bid
$500,000 to $20,000,000 est. value

Construction Services Performed on AJW-242 Unstaffed Infrastructure Sustainment (UIS) Facilities On and Off Airport Operating Areas
Results
Less than $150,000,000 est. value

South Carolina Construction IDIQ
New Construction, Renovation, Addition
Post-Bid
$250,000 to $3,000,000 est. value

SB Fuels Multiple Award Task Order Contract (MATOC)
Results
Less than $349,000,000 est. value
Washington, DC

On-Call Precision Spraying - Seeding Wildflower Services
Alteration
Post-Bid

Civil Construction Multiple Award Indefinite-Delivery Indefinite-Quantity (IDIQ) Contracts
Results
$250,000 to $5,000,000 est. value

Last Updated 07/25/2022 10:11 AM
Project Title

Janitorial Services for CDSA Roanoke Rapids Office

Physical Address View project details and contacts
City, State (County) Roanoke Rapids, NC 27870   (Halifax County)
Category(s) Government/Public, Single Trades
Sub-Category(s) Misc. Buildings, Service/Term Contracts
Contracting Method Competitive Bids
Project Status Construction start expected August 2022
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

For internal State agency processing, including tabulation of bids, provide your company's eVP (Electronic Vendor Port al) Number. Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. For your bid to be considered, your company (you) must be a North Carolina registered vendor in good standing. You must enter the vendor number assigned through eVP (Electronic Vendor Portal). If you do not have a vendor number, register at website. Electronic responses ONLY will be accepted for this solicitation. It is the intent of this Invitation for Bids (IFB) to establish an Agency Specific Term Contract with a vendor for Janitorial Services per the stated quote specifications described herein for Department of Health and Human Services, Division of Public Health, Children's Developmental Services Agency (CDSA) Roanoke Rapids Office. This contract consists of an all-inclusive janitorial service three (3) days per week, including all necessary labor, supervision, materials, supplies, equipment, consumables and any other applicable services needed to keep the facility clean and properly supplied. This contract is to be for a period of one (1) year anticipated to begin September 01, 2022 for twelve months with the option to renew for two (2) additional years in one (1) year increments. The State shall be responsible for the services requested and received. North Carolina G.S. 143-52 provides a general list of criteria the State shall use to award contracts, as supplemented by the additional criteria herein. The Goods or Services being procured shall dictate the application and order of criteria; however, all award decisions shall be in the State's best interest. EVALUATION CRITERIA BEST VALUE: The award decision is made based on multiple factors, including: Price, General Reputation and performance capabilities of bidder, Conformity with the intent of specifications, and Years of experience. The intent of "Best Value" procurement is to enable Vendors to offer and the Agency to select the most appropriate solution to meet the business objectives defined in the solicitation and to keep all parties focused on the desired outcome of the service procurement. A ranking method of source selection will be utilized in this procurement using evaluation criteria listed in order of importance in the Evaluation Criteria section below to allow the State to award this IFB to the Vendor(s) providing the Best Value and recognizing that Best Value may result in award other than the lowest price or highest technically qualified offer. By using this method, the overall ranking may be adjusted up or down when considered with, or traded-off against, other non-price factors. EVALUATION METHOD: By consensus of the evaluating committee, explaining the strengths and weaknesses of each proposal and why the recommended awardee(s) provide the best value to the State. All qualified proposals will be evaluated, and award made based on considering the following criteria listed in order of importance, to result in an award most advantageous to the State: All responsive bids will be reviewed, and an award or awards will be based on the responsive bid(s) offering the lowest price that meets the specifications provided herein. While the intent of this IFB is to award a Contract(s) to a single Vendor, the State reserves the right to make separate awards to different Vendors, or to cancel this IFB in its entirety without awarding a Contract, if it is considered to be most advantageous to the State to do so. The State reserves the right to waive any minor informality or technicality in bids received. The following Janitorial Services are requested by Division of Public Health, Children's Developmental Services Agency, Roanoke Rapids Office for period covering approximately September 1, 2022, and ending August 31, 2023, for the building occupied at 401-B Becker Drive, Suite B, Roanoke Rapids, NC 27870. (Square Footage: Floor 2750, carpet 2,600 estimate). Performance of the work and/or delivery of services shall be conducted and completed at least in accordance with the Contract requirements and recognized and customarily accepted industry practices. Performance shall be considered complete when the Services or Goods are approved as acceptable by the Contract Administrator. Acceptance of Vendor's work product shall be based on the following criteria: The State shall have the obligation to notify Vendor, in writing ten (10) calendar days following completion of such work or delivery of a servie described in the Contract that it is not acceptable. The notice shall specify in reasonable detail the reason(s) it is unacceptable. Acceptance by the State shall not be unreasonably withheld; but may be conditioned or delayed as required for reasonable review, evaluation, installation, or testing, as applicable to the work or deliverable. Final acceptance is expressly conditioned upon completion of all applicable assessment procedures. Should the work or deliverables fail to meet any specifications, acceptance criteria or otherwise fail to conform to the Contract, the State may exercise any and all rights hereunder, including, for Goods deliverables, such rights provided by the Uniform Commercial Code, as adopted in North Carolina. This contract would be for a period of one (1) year beginning from Date of Award or September 1, 2022, (whichever is later) and ending twelve months later, with the option to renew for two (2) additional years in (1) one-year increments. the State reserves the right to extend a contract term after the last active term.

Details

Division 01 - General Requirements, Cleaning and Waste Management.
Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents