Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOLICITATION NOTICE

S -- Cleaning and Garbage Removal Services for Blackhawk Park, De Soto, WI

Notice Date
2/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
US Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-07-T-0051
 
Response Due
3/2/2007
 
Archive Date
5/1/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial services prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. This announcement does not constitute the only solicita tion; quotations are being requested and a written solicitation will be posted to the Federal Technical Data Solutions (FedTeDS) website at https://www.fedteds.gov. (ii) The reference number for this effort is W912ES-05-T-0050 and the solicitation is issu ed as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil (iv) This solicitation is set-aside 100 perce nt for small business concerns. The associated NAICS code is 561730 and the small business size standard is less than 15 million dollars. (v) This requirement consists of 3 line items, each with a bidding schedule (Addendum I)  CLIN 0001: Cleaning and garbage removal services for Blackhawk Park, De Soto, WI, from 1 April 2007 through 30 November 2007. CLIN 0002 (OPTION): Cleaning and garbage removal services for Blackhawk Park, De Soto, WI, from 1 April 2008 through 30 November 2008. CLIN 0003 (OPTI ON): Cleaning and garbage removal services for Blackhawk Park, De Soto, WI, from 1 April 2009 through 30 September 2009. (vi) Work consists of the following activities at Blackhawk Park in De Soto, Wisconsin: (a) Garbage collection, policing and disposal within the park; (b) Cleaning and sanitary maintenance services for privies; (c) Cleaning and sanitary maintenance services for satellite privies; (d) Cleaning and sanitary maintenance services for picnic shelters; (e) Miscellaneous cleaning and mainten ance services; and (f) Cleaning and sanitary services for comfort station. Blackhawk Park is a 75-acre Corps of Engineers-managed recreation area offering both day use and overnight camping facilities. There are 175 campsites, and total visitation average s 130,000 per year. Mowing and cleanup services shall be performed in accordance with the Statement of Work (Addendum II). (vii) Deliverables and acceptance of deliverables will be FOB destination, Blackhawk Park, WI. The completion date for the servic e in the base year is November 30, 2007. (viii) The provision at 52.212-1, Instructions to Offerors Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (EvaluationCommercial Items). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Governmen t, price and other factors considered. The following factors shall be used to evaluate offers: 1) Past Performance/Experience 2) Price. Past performance/Experience, when combined, is approximately equal to price. Additional guidance on price is provide d under provision 52.212-1 section (g). The Government will conduct a paired comparison for each quotation, weighing Past Performance/ Experience against price in order to determine the best value source: (A) If one quotation is better in terms of Past Pe rformance/Experience and has the lower price, then it will be considered the best value. (B) If one quotation is better in terms of Past Performance/ Experience but has the higher price, then the Government will determine whether the differences in the non -price factors are worth the difference in price. The quote with the Best Value is the one that, in light of both Past Performance/Experience and Total Price, gives the Government the best value for its dollars. Quoters should provide references concerning similar projects in size and scope performed by the firm within the last 3 years; provide a maximum of five (5) references. The Contractor Past Performance R eference Form may be found at Addendum III. Accordingly, the Government reserves the right to issue an order to other than the lowest priced quote. Quoters without requisite past performance experience will be rated neutral for this factor. Quoters MUS T complete pricing for all three CLINs, INCLUDING the two option years, in order to be considered for award. (x) The provision at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items applies to this solicitation. The contractor sh all return a completed copy of these provisions with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far. Alternatively, a statement may be submitted claiming online representations and certifications are updated and on f ile at the ORCA website (www.orca.bpn.gov). (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Execu tive Orders Commercial Items, applies to this acquisition. (xiii) (a.)It is preferred that a local company or a company in partnership with a local company be awarded this contract due to its nature as defined in the scope of work. (b.) Site Inspection. All parties wishing to submit a quote are encouraged to make a site inspection prior to quote submittal. Site visits can be arranged Monday through Friday from 8:00 am to 4:00 pm by contacting Park Manager Tom Novak at (608) 648-3314. (c.)The following c lauses apply to this solicitation: 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contractwith the following text added under section a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to the start of the option period, provided that the Government gives the Contractor a preliminary written notice of its intent to extend the contract at least 60 days before the start of the option per iod. The preliminary notice does not commit the Government to an extension; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222.21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 522.222-42, Statement of Equivalent Rates for Federal Hires  Wage determinations applicable to this contract are available in Addendum IV; 52.223-6, 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Cen tral Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.239-1, Privacy or Security Safeguards; 52-246-4, Inspection of Se rvices  Fixed Price; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; 52.253-1, Computer Generated Forms; 252.204-7003, Con trol of Government Personnel Work Product; 252.204-7004 Alt A, Required Central Contractor Registration. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov; 252.212-7001, Contract Te rms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.225-7000, Buy American Act  Balance of Payments Program Certificate; 252.232-7003, Electronic Submission of Payme nt Requests; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. (xiv) The Defense Priorities and Allocations System (D PAS) is not applicable to this acquisition. (xv) Numbered Note 1 applies to this acquisition. (xvi) Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 03:00 PM CST, 02 March 2007 by 3:00 pm CST. Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is MAJ Leigh M. Bandy, Leigh.M.Bandy@usace.army.mil, (651) 290-5709, fax (651) 290-5706. Requests for a complete copy of the solicitation, Addendum I through IV should be made to MA J Bandy, or downloaded from the FedTeDS website at https://www.fedteds.gov. Potential quoters must review and comply with the addenda applicable to this requirement in order to be considered for award.
 
Place of Performance
Address: US Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01231414-W 20070215/070213221031 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.