Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

S -- MAINTENANCE SERVICES FOR LEECH LAKE RECREATION AREA, FEDERAL DAM MN 56641 FOR PERIOD OF 1 MAY 2007 THROUGH 30 SEPTEMBER 2007.

Notice Date
2/27/2007
 
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-0056
 
Response Due
3/22/2007
 
Archive Date
5/21/2007
 
Small Business Set-Aside
Total Small Business
 
Description
A.) (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 constitutes the only solicitation ; quotations are being requested and a written solicitation will not be issued. (ii) The reference number for this effort is W912ES-07-T-0056 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated i nto 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) a nd 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% for small business concerns. The associated NAICS code is 561720 and the small business size standard is 15 million dollars. (v) This requirement consists of 1 line item- CLIN0001: 2007 Maintenance Services for Leech Lake Recreation Area, Federal Dam, MN May 1, 2007 through September 30, 2007 (vi) Work to be completed under this purchase or der will consist of the following: The contractor will provide garbage collection and disposal, shower and rest room custodial services, fish cleaning house custodial services, campsite fire ring custodial services. A detailed description of the line ite ms is available as Addendum I, Scope of Work. (vii) Deliverables and acceptance of deliverables will be FOB destination, Leech Lake Recreation Area, Federal Dam, MN. The completion date for the service is September 30, 2007. (viii) The provision at 52.21 2-1, 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 Government, 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 more important than price. Additional guidance on price is provided under provision 52.212-1 section (g). The Government will conduct a pa ired 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 Performance/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 Bes t Value is the one that, in light of both Past Performance/Experience and Total Price, gives the Government the best value for its dollars. Quotations must provide references (limit to 5) concerning similar projects in size and scope performed by the firm within the last 3 years. Accordingly, the Government reserves the right to issue an order to other than the lowest priced quote. (x) The provision at 52.212-3 Alt. I, Offeror Representations and Certifications Commercial Items applies to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acq uisition. (xii) The clause at 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to th is 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 resource manager Timm Rennecke at (218) 654-3145. (c.)The following clauses apply to this solicitation: The preliminary notice does not commit the Government to an extension 52.219-1 Alt 1, Small Business Program Representations; 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; 52.223-6, Drug-Free Workplace; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central 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; 52.245-4, Government Property (Short Form); 52.252-6 Authorized Deviations in Clauses:252.204-7003, Control 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; 252.204-7006, Billing Instructions; 252.212-7001 (Dev), Co ntract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003, Electronic Submission of Payment Requests; 252.232-7010, Levies on Contract Payments; 252.243-7 001, Pricing of Contract Modifications. (xiv) The Defense Priorities and Allocations System (DPAS) 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 Engine ers, 190 East Fifth Street, St. Paul, MN 55101-1638 02:00 PM CST, 22 March 2007. Faxed or emailed quotes are acceptable. (xvii) The assigned Specialist is Carol S. Olson. Ms. Olson may be reached at carol.s.olson@mvp02.usace.army.mil by phone at (651)290-5406, or by fax (651)290-5706. Alternate contact is MAJ Leigh Bandy at leigh.m.bandy@mvp02.usace.army.mil, 651-290-5709. Requests for a complete copy of the solicitation, including Bid Schedule, Scope of Work, and Wage Determinations should be made to Carol S. Olson.
 
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
SN01240000-W 20070301/070227221257 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.