Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

S -- To Perform Cleaning, and Operation and Maintenance Services - U.S. Embassy Kabul, Afghanistan - FBO Announcement

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA11R0257
 
Point of Contact
Rakesh N Shah, Phone: 7038756009
 
E-Mail Address
shahrn@state.gov
(shahrn@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number SAQMMA11R0257 To Perform Cleaning and Operation and Maintenance Services - Kabul, Afghanistan July 28, 2011 To Perform Cleaning, and Operations and Maintenance (O&M) Services at the Guam House, Vermont House, Pennsylvania House, Connecticut House, Texas House, and Ministry of Interior (MOI) Accommodations Containers. U.S. Embassy Kabul - Afghanistan FEDBIZOPPS ANNOUNCEMENT The US Department of State (DOS), Office of Logistics Management, on behalf of the Office of Overseas Buildings Operations (OBO), is seeking qualified companies to Perform Cleaning, and Operations and Maintenance (O&M) Services at the Guam House, Vermont House, Pennsylvania House, Connecticut House, Texas House, and Ministry of Interior (MOI) Accommodations Containers. U.S. Embassy Kabul - Afghanistan. The Contractor shall be responsible for maintaining sufficient staff to provide services. The O&M contractor shall be responsible for all cleaning services at above locations in support of the U.S. Embassy Kabul, Afghanistan. The US Embassy, will assign a COR(s) to provide administrative direction, oversight of the house and will ensure adherence to US Embassy policy and procedures. The O&M contractor shall be responsible for maintaining sufficient staff to maintain this house. This is a fixed price for scheduled operations and maintenance contract for the following six locations: Guam House, Vermont House, Pennsylvania House, Connecticut House, Texas House, and Ministry of Interior (MOI) Accommodations Containers. The fixed price will include all work, including furnishing all labor, materials, equipment and services, overhead (including cost of Workers' Compensation and War-Hazard Insurance, which shall not be a direct reimbursement) and profit, unless otherwise specified. This contract payable entirely in U.S. Dollars under this contract. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in currency exchange rates. Changes in the contract price or time to complete will be made only due to changes made by the Government in the work to be performed, or by delays caused by the Government. In consideration of satisfactory performance of all the scheduled services required under this contract, the contractor shall be paid a fixed-price per month for Scheduled Maintenance Services. No additional sums will be payable on account of any escalation in the cost of materials, equipment or labor, or because of the contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract. Nor will the contract price be adjusted on account of fluctuations in currency exchange rates. Changes in the contract price or time to complete will be made only due to changes made by the Government in the work to be performed, or by delays caused by the Government. Premium pay for services required to be provided on holidays is included only in the fixed prices for Scheduled Maintenance Services. All costs, including services and additional labor rates not listed and priced in this contract shall be negotiated in accordance with the Scope of Work for each individual Task Order. The actual amount of work to be performed, the time and schedule of such performance, the deliverables, and the location of the work will be determined and incorporated by the Contracting Officer in formally executed Task Orders. The only work authorized under this contract is that which is performed after receipt of written Notice to Proceed (NTP) from the Contracting Officer. A written NTP may be transmitted by facsimile. During the term of this contract, to include the Base Year and all option years exercised, the Government shall order, as a minimum, services in an amount of at least $5000.00. The Government makes no guarantee as to the number of orders or actual amount of services that will be requested above the guaranteed minimum of $5000.00. The maximum dollar value for the life of this contract (one base year and four option years) is $8,500,000.00. Contract duration shall not exceed five years. Offerors must possess a Defense Security Service (DSS) Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. All entities comprising a joint venture for this effort must already possess an FCL, as well as the joint venture. All management and supervisory personnel assigned to perform on the contract in Kabul must possess a Secret personnel security clearance issued by DSS. This is a pass/fail evaluation. DOS will not sponsor any firm for a facility clearance for this solicitation due to time constraints and the need for the selected offeror to deploy for performance upon selection and award. Offerors must submit their appropriate Commercial and Government Entity (CAGE) Code with the required qualification documentation. A bidders DD Form 254 has been provided with this announcement. A contract specific DD Form 254 will be issued to the selected offeror. Firms may be required to submit supplemental documentation and /or submit to a telephone interview in support of additional verification and insight into the firm's capabilities. Examples may include, but are not limited to the following: significance of firm's recent projects to DOS projects; response to written questions pertaining to state of the art in construction services; firm's organizational and administrative structure and regional offices; philosophy/involvement of principal in charge; QA/QC procedures and protocol. Proposal Submission Offerors are required to submit a technical proposal and a business proposal. Place volumes one, two, and three in separate binders. Five printed copies and one electronic file version (CD ROM) of all volumes shall be provided. Requests for clarification must be submitted, in writing, to Mr. Rakesh N. Shah, not later than 3:00 p.m., Eastern Standard Time, on August 24, 2011. The FAX number to submit a clarification question is (703) 875-6699; the e-mail address is shahrn@state.gov. Closing Deadline for Submissions ALL SUBMISSIONS MUST BE RECEIVED BY 3:00 P.M. EST SEPTEMBER 28, 2011. TRANSMISSION OF PROPOSALS: Offerors shall hand deliver or submit proposals by courier (FedEx, UPS Express Mail, DHL, ETC.) to the following address: U.S. Department of State Attn: Rakesh N. Shah A/LM/AQM/FDCD/CON Room L-600, SA-6 1701 North Fort Myer Drive Arlington, VA 22209 Include the project solicitation number on the face of the package. Point of Contact Rakesh N. Shah Contract Specialist, A/LM/AQM/FDCD/CON Tel: 703-875-6009 Email: shahrn@state.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA11R0257/listing.html)
 
Place of Performance
Address: Kabul, Afghanistan, Kabul, Afghanistan
 
Record
SN02520448-W 20110805/110803235649-c4a12c421deb973a8c91af5761533edf (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.