Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2010 FBO #2997
SOLICITATION NOTICE

S -- Janitorial Services for the Harry S. Truman Visitor Center located near Warsaw, MO.

Notice Date
2/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-10-T-0058
 
Response Due
2/19/2010
 
Archive Date
4/20/2010
 
Point of Contact
margie.slavens, 660-438-7317
 
E-Mail Address
USACE District, Kansas City
(margie.a.slavens@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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: offers are being requested and a written solicitation will not be issued. The US Army Corps of Engineers, Harry S. Truman Project Office, Warsaw, Missouri has a requirement for Janitorial Services. The general scope of work includes, but is not limited to, a post-award conference, reports, meetings, daily worksheets, etc., and furnishing all labor, equipment, supplies, and supervision, as necessary to accomplish Janitorial services to the Visitor Center, outside Comfort Station and surrounding grounds. The contract will include window washing, litter pickup and all janitorial duties. The Contractor shall monitor performance and ensure compliance in accordance with the terms and conditions of the solicitation/award. In order to procure this requirement, this synopsis / solicitation (W912DQ-10-T-0058) is issued as a Request for Quote (RFQ), with the intent of issuing a Firm Fixed Price (FFP), multi-year contract (base year plus 4 option year). The base contract period shall be from 01 March 2010 through 31 October 2010. The annual Period of Performance is 1 March through 31 October of each year (if exercised). The contractor shall furnish all manpower and equipment necessary to provide the required services per the attached Performance Work Statement. This solicitation is Unrestricted Full and Open. The North American Industry Classification System (NAICS) is 561720. The SBA size standard is $7.0M. THIS SOLICITATION WILL BE SMALL BUSINESS SET ASIDE. The provision at FAR Part 52.212-1 Instructions to Offerors Commercial (June 2008) applies to this acquisition. In accordance with FAR Part 52.212-2 Evaluation Commercial Items (Jan 1999), the Contracting Officer will evaluate responsive and responsible offers on the basis of best value to the Government. This includes an evaluation of the contractors related past performance, experience and price. This combined synopsis/solicitation will be posted on the Federal Government Electronic Posting Systems (EPS) site, https://www.fbo.gov. All interested contractors must download the detailed scope of work, and bid schedule from this internet site. Any amendments will be posted on the affected solicitation page EPS site. It is the quoting contractor's responsibility to monitor this site for the release of amendments (if any). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-36. A complete list of the applicable clauses and provisions is included in this solicitation. All provisions and clauses can be referenced and viewed through Internet access at https://www.arnet.gov/far. Offerors must be registered with the Online Representations and Certifications Application (ORCA) prior to award. The ORCA website address is https://orca.bpn.gov. All contractors are required to register in the Central Contractor Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. BIDS DUE INFORMATION: Responses to this Request for Quote are due by 10:00 pm CST on 19 February 2010 at the Harry S. Truman Project Office, 15968 Truman Road, Warsaw, MO 65355. Quotes may be submitted via email to Margie.A.Slavens@usace.army.mil; via facsimile to 660-438-7815; in person; via delivery service; or via U.S. Mail to the above address. QUESTIONS: Please direct contractual and technical questions to Margie.A.Slavens@usace.army.mil. It is the vendors responsibility to ensure that all quotations and required supporting documents are received at the following address before 19 February 2010 at 10:00 a.m. (CST):
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0058/listing.html)
 
Place of Performance
Address: USACE District, Kansas City, Harry S. Truman Project Office 15968 Truman Road Warsaw MO
Zip Code: 65355
 
Record
SN02059164-W 20100207/100205235055-d4ab5b5f16ce07e4c5743cf6ff1c848e (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.