Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOLICITATION NOTICE

99 -- Maintenance and Custodial Services at the Leech Lake Recreation Area, Federal Dam MN, including garbage collection and disposal, shower and restroom cleaning, fish cleaning house custodial, campsite fire ring cleaning.

Notice Date
3/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-08-T-0018
 
Response Due
4/15/2008
 
Archive Date
6/14/2008
 
Point of Contact
Carol S. Olson, 651-290-5406
 
E-Mail Address
Email your questions to US Army Engineer District, St. Paul
(carol.s.olson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The US Army Corps of Engineers is soliciting for proposals for Performance Based Services for Maintenance and Custodial Services at the Leech Lake Recreational Area, Federal Dam, MN. The solicitation number W912ES-08-T-0018 is issued as a request for proposals. The solicitation will be issued in accordance with FAR Part 12, and evaluated in accordance with FAR Part 13. The requirement calls for various custodial and maintenance services from 1 May 2008 through 20 October 2008, including but not limited to garbage collection and disposal, shower and restroom custodial services, fish cleaning house custodial services, campsite fire ring custodial services. The resulting contractor will pr ovide services in accordance with commercial standards, local, state and federal laws, and the requirements of the performance work statement (PWS). Awards will be made to the offeror with the ability to fulfill the aggregate of the requirements. The res ultant contract will be a Firm-Fixed Price Contract and the performance period is 1 base year and 4 renewable option years. The anticipated contract start date is 01 May 2008. Evaluation factors for award shall be as follows: Price and Past Performance will be evaluated in accordance with FAR 13.106-2(a)(4)(ii); an award will be issued to the lowest priced offer having the highest past performance rating, representing the best value when compared to any lower priced offer. Past Performance is approximat ely equal to cost or price. The provisions and clauses incorporated into this solicitation are those in effect at the time of publication. This synopsis/solicitation incorporates one or more solicitation provisions by reference, with the same force and e ffect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. The solicitation is set-aside 100% for small business concer ns and the size standard is $15M dollars. The associated NAICS code is 561720. The provisions at 52.212-1, Instructions of Offerors Commercial Items, apply to this solicitation. The provisions at 52.212-3, Alt I, Offeror Representations and Certificati ons Commercial Items, and 52.219-1 Alt I, Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its proposal. A copy of the provisions may be obtained from http://www.arne t.gov/far. Full text clauses may be viewed at www.farsite.hill.af.mil. The following FAR Clauses and Provisions are applicable to this solicitation: 52.202-1, 52.203-5, 52.212-2, 52.212-4, 52.212-5, 52.216-24, 52.219-6, 52.219-8, 52.222-3, 52.222-19, 52 .221-21, 52.222-26, 52.222-36, 52.233-2, 52.233-3, 52.233-4, 52.225-13, 52.232-1, 52.232-33, 52.239-1, 52.244-6, 52.245-1, 52.222-41, 52.222-42, 52.217-8, 52.217-9, 52.228-5, 52.228-4002, 52.237-2. The following DFAR clauses are applicable to this solici tation: 252.204-7004 Alt A, 252.232-7003, 252.243-7001, 252.212-7001, 252.232-7010. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-20. Department of Labor Wage Determi nation Schedule WD 05-2285 (Rev.-4) is applicable to this procurement. This solicitation is issued as a request for proposals. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sour ces who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Electronic responses are the preferred method; however proposals may also be faxed to the Attention of Carol Olson at 651-290-5706. Proposals may also be mailed to t he US Army Corps of Engineers, St. Paul District, ATTN: Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Solicitation packages, including the PWS and any other applicable documents, may be requested via e-mail at carol.s.ols on@usace.army.mil. Telephonic inquiries or requests for information will not be honored. This notice closes on 15 April 2008 at 2:00 p.m., Central Standard Time.
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN01533090-W 20080316/080314230855 (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.