Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
MODIFICATION

S -- Custodial Services for for the U.S. ARMY RESERVE CENTER, ROBERT R. MADRE USARC, 2001 Pepperell Parkway, Opelika, AL 36801-5541 Period of Performance 01 September 2010-August 31 2011 with 4 option years.

Notice Date
8/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USAR Center-Dix, 5418 South Scott Plaza 3rd Floor, Fort Dix, NJ 08640-5097
 
ZIP Code
08640-5097
 
Solicitation Number
W91LV2-10-T-0049
 
Response Due
8/26/2010
 
Archive Date
10/25/2010
 
Point of Contact
Stephanie Shelton-Howell, 609-562-2828
 
E-Mail Address
USAR Center-Dix
(stephanie.sheltonhowell@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This solicitation contains a performance work statement for a performance based Commercial Service. This means the government has described what is to be accomplished, not how to accomplish it. The contractor shall provide deliverables as described herein. The government intends to award a Firm Fixed Price contract consisting of a base period and four (4) one year options. Any or all options periods may be exercised at the unilateral discretion of the government. Period of performance (tentative as the dates will change upon contract award) Place of performance - ROBERT R. MADRE USARC, 2001 PEPPERELL PARKWAY, OPELIKA, AL 36801-5541 BASE POP- 9/1/10 or date of award, if later, through 5/31/11 Line Item 0001-0002AD OPT YR (1) 9/1/11-8/31/12 Line Item 0003-0004AD OPT YR (2) 9/1/12-8/31/13 Line Item 0005-0006AD OPT YR (3) 9/1/13-8/31/14 Line Item 0007-0008AD OPT YR (4) 9/1/14-8/31/15 Line Item 0009-0010AD Any and all option periods may be exercised at the unilateral discretion of the government. The applicable NAICS Code is 561720 and the Small Business size is $16.5M. In accordance with (IAW) FAR 19.1405. This requirement is a 100% HUBZONE. Standard Industrial Code (SIC) is 7349. In order to comply with the DEBT COLLECTION IMPROVEMENT ACT of 1996, all contractors must be registered in the CENTRAL CONTRACTOR REGISTRATION (CCR) to be considered for an award of a federal contract. Information regarding the registration in CCR may be accessed through their website at WWW.CCR.GOV or by calling 1-888-227-2423 for registration assistance. The contractor will be required to maintain a quality control program to ensure the requirements of the contract are met. This program shall be created for identifying and correcting deficiencies in the quality of service before performance becomes acceptable. ***** A copy of the quality control plan shall accompany the quote. Failure to do so will result in rejection of the quote****** **********PAYMENTS BY WAWF ARE MANDATORY******** - IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO ENSURE THEY BUILD INTO THEIR PROPOSAL PRICE THE NECESSARY HOURS THAT IS WILL TAKE TO MEET THE PERFORMANCE STANDARDS SPECIFIED. ALL OFFERORS SHALL COMPLY WITH THE FOLLOWING. FAILURE TO COMPLY WILL RESULT IN THE OFFER BEING CONSIDERED NON-RESPONSIVE. - LOOK AT THE BOTTOM OF THE PAGE IN FEDBIZOPS WHERE IT HAS ADDITIONAL INFO LINK THERE IS AN ATTACHMENT THERE (THE SOLICITATION) THAT YOU SHOULD PRINT OUT. EVERYTHING IS LISTED IN THE SOLICITATION. - OFFER DUE DATE IS LISTED IN BLOCK 8 OF THE SF1449. - OFFERS SHALL BE SUBMITTED BY ONE OF THE FOLLOWING MEANS: a. Mailed to the address listed in Block 9 of the SF1449. b. Faxed to 609.562-6933 c. Emailed to stephanie.sheltonhowell@us.army.mil Only 1 offer will be accepted. Submission of multiple copies will result in all offers being rejected as non-responsive. ***DO NOT SUBMIT EXTRANEOUS MATERIAL. OFFERS SUBMITTED AND RECEIVED WITH MATERIALS AND ATTACHMENTS NOT REQUESTED WILL BE REJECTED AS NON-RESPONSIVE. ******** ONLY THE PAGES AND INFORMATION LISTED BELOW ARE TO BE RETURNED. DO NOT RETURN THE ENTIRE SOLICITATION PACKAGE. - PAGE 1, BLOCKS 17A, 30A, 30B, AND 30C FULLY COMPLETED - BID SCHEDULE Attachment 1(contractor to complete) - SBA letter verifying HUBZone - Proof of insurance - 3 Past/Present performance surveys, completed by offeror's references (Questionnaire attached to solicitation) All questions pertaining to this solicitation shall be in writing and shall be emailed to STEPHANIE.SHELTONHOWELL@US.ARMY.MIL. TELEPHONE CALLS WILL NOT BE ACCEPTED. ALL REQUESTS SHOULD INCLUDE DESCRIPTION OF REQUIREMENT: ONLY ACCEPTING HUBZONE SMALL BUSINESS CONCERNS. BASIS OF AWARD: Award shall be made to that responsive, responsible contractor in accordance with FAR Clause 52.212-2 Evaluation of Commercial Items. The contractor shall provide all personnel, equipment, tools, materials, supervision and other items necessary to provide contracted services as set forth below in Attachment 2-4, entitled Performance Work Statement for Custodial Services PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil,, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instruction to Offerors-Commercial Items FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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) Technical Capability of items offered to meet the Governments requirement; 2) Past Performance and 3) Price. These factors are listed in descending order of importance. Technical and past performance, when combined, are more important, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4 Contract Terms and Conditions-Commercial Items The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.219-3 Notice of Total HUBZone Set-Aside FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-26 Equal Opportunity FAR 52.222-41 Service Contract Act FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.237-2 Protection of Government Buildings and Equipment FAR 52.247-34 F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference FAR 52.222-54 Employment Eligibility Incorporated by Reference Verification. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A Required Central Contractor Registration (52.204-7) Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.246-7000 Material Inspection and Receiving Report DFARS 252.247-7024 Notification of transportation of Supplies by Sea. Your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, Point of Contact and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database and ORCA database https://orca.bpn.gov/will may make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. THE SOLICITATION NUMBER, COMPANY NAME AND ADDRESS AND TELEPHONE NUMBER OF PERSON MAKING THE INQUIRY. Additional Info: Additional documentation DEADLINE: Offers are due by August 26, 2010 @ 12:00PM EST. Contracting Office Address: MICC - USAR Contracting Center Bldg. #5418, Third Floor, S. Scott & Delaware Aves., Ft. Dix, NJ 08640 Point of Contact(s): STEPHANIE SHELTON-HOWELL, 609.562.2828 Attachment 1- Bid Schedule Attachment 2- PWS AL040 Attachment 3- Past performance questionnaire Attachment 4- SF 1449
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/13e90d255ad5b39890f5bcbcc6c64704)
 
Place of Performance
Address: USAR Center-Dix 5418 South Scott Plaza 3rd Floor, Fort Dix NJ
Zip Code: 08640-5097
 
Record
SN02251853-W 20100825/100823235818-13e90d255ad5b39890f5bcbcc6c64704 (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.