Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

S -- Baltimore Apartment Cleaning - PWS & Past Performance Questionnaire

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
F1J5AF9155A001
 
Point of Contact
Gregorio A Armand, Phone: 210-536-2678, Veronica A. Romero, Phone: 2105364081
 
E-Mail Address
gregorio.armand@brooks.af.mil, Veronica.Romero@brooks.af.mil
(gregorio.armand@brooks.af.mil, Veronica.Romero@brooks.af.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
Past Performance Questionnaire PWS This is a combined synopsis/solicitation for commercial services 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. Alternate proposals are not allowed. (ii) The solicitation number (F1J5AF9155A001) is issued as a request for proposal (RFP) which will result in a purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-34. (iv) This solicitation is a 100% set-aside for 8(a) small business concerns. The associated NAICS code is 561720, and the small business size standard is $ 16.5M. (v) This requirement consists of one (1) line item: 0001 - Apartment Cleaning (CSTARS Baltimore) IAW Performance Work Statement, dated 2 June 2009. (vi) Description: The contractor shall provide weekly cleaning of the 12 apartments currently occupied by C-STARS Baltimore students. The place of performance will be 11 S. Eutaw St, Baltimore MD, 21201. (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 Government will award a contract resulting from this solicitation to the responsible offeror whose conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Evaluation procedures outlined in FAR Part 12 and 13.5 shall apply to the acquisition. The following factors shall be used to evaluate offers: (1) Past performance and (2) Price. Past performance is approximately equal to cost or price. Each offeror will receive one of the following ratings for Past Performance: (1) Substantial Confidence - Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort (2) Satisfactory Confidence - Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. (3) Limited Confidence - Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. (4) No Confidence - Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. (5) Unknown Confidence - No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. If the lowest price evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Completed past performance questionnaires (attached) shall be submitted to the contracting office (Fax: 210-536-3380) Questionnaires shall be completed by offerors' references. Failure to provide properly completed past performance questionnaires could result in the offer being determined non-responsive. Using past performance questionnaires, the Government will evaluate the quality and extent of offerors' experience deemed relevant to the requirements of the RFP. The Government will use information submitted by the offeror and other sources, such as other Federal Government offices and commercial sources to assess experience. Provide a list of at least two (2) and not more than five (5) of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years. Relevant contracts are defined as those that are similar in nature and magnitude to this requirement as well as the recency of past performance. Recency is defined as contracts for the Federal agencies and commercial customers that have been performed within the last 3 years. Furnish the following information for each contract referenced: (1) Company/Division Name, (2) Service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, Address, and phone number of the Contracting Officer or person responsible for evaluation of your performance. The contractor certifies that it can meet period of performance by submitting a proposal. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. (xi) The provision at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b and paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b5), (b9), (b15), (b16), (b18), (b19), (b24), (b36), (c2), and (c7). (xiii) The clause at 52.204-3, Taxpayer Identification, applies to this acquisition. The provision at 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, applies to this acquisition. The provision at 52.204-8, Annual Representations and Certifications, applies to this acquisition. The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.215-5, Facsimile Proposals, applies to this acquisition. The provision at 52.217-5, Evaluation of Options, applies to this acquisition. The provision at 52.219-1, Small Business Program Representations, applies to this acquisition. The provision at 52.222.22, Previous Contracts and Compliance Reports, applies to this acquisition. The provision at 52.222-25, Affirmative Action, applies to this acquisition. The provision at 52.223-13, Certification of Toxic Chemical Release Reporting, applies to this acquisition. The provision at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The provision at 52.237-7, Indemnification and Medical Liability Insurance, applies to this acquisition. The provision at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, applies to this acquisition. The clause at 252.212-7000, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The clause at 252.225-7000, Buy American Act Balance of Payments Program Certificate (Jun 2005), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.247-7023 (Alternate III); The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. The clause at AF 5352.201-9101 OMBUDSMAN (Aug 2005), applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The proposal due date is 28 July 2009, 4:00 PM CST. (xvii) The assigned Contract Specialist is Gregorio Armand, and can be reached at 210-536-2678, or email Gregorio.Armand@Brooks.af.mil. You may fax your quotes and questionnaires to 210-536-3380.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/F1J5AF9155A001/listing.html)
 
Place of Performance
Address: The Redwood, Muriel Smoot (Property Manager), Tel: (410) 783-9047, Fax: (410) 783-9048, Community Hours:, 8:30 am to 5 pm Monday-Friday, 10 am to 5 pm Saturday, Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN01877218-W 20090718/090716235657-432a54ec8c48504b99db45d0d266ed52 (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.