Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2011 FBO #3564
SOLICITATION NOTICE

S -- Pueblo Forest Service Office Janitorial Services - Package #1

Notice Date
8/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82BH-S-12-0001
 
Point of Contact
Angelina Sanchez, Phone: 7195531433, Toinette P Aranda, Phone: 7195531431
 
E-Mail Address
asanchez04@fs.fed.us, tparanda@fs.fed.us
(asanchez04@fs.fed.us, tparanda@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 Offeror Represenations and Certifications-Commercial Items Performance Work Statement Schedule of Items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-12-0001 and is a Request for Proposal. Proposals must reference solicitation number. Submit written offers only; oral offers will not be accepted. Pike & San Isabel National Forests intends to award a firm fixed-price contract IAW FAR 52.216-1 Type of Contract, for routine Janitorial Services. NAICS code for this procurement is 561720, Janitorial Services, and the small business size standard is $16.5 million. BID SCHEDULE-See attached DESCRIPTION OF WORK The intent of this contract is to provide routine Janitorial Services for the Pueblo Forest Service Office located at 2840 Kachina Dr., Pueblo, CO. PERFORMANCE WORK STATEMENT-See attached FAR 52.204-7 Central Contractor Registration (CCR) (APR 2008), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov or by calling 1-888-227-2423. A DUNS (Duns and Bradstreet) number is required in order to register. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). The following addendum is provide to this provision: Paragraph (b), entitled "Submission of Offerors", Request for Proposal should be submitted and shall contain the following information: solicitation number; name; address; telephone number of offeror; price; any discount terms, response to non-price evaluation factors and acknowledgement of all and total amounts. An official authorized to bind the company must sign the proposal. Proposals may be submitted via mail or email. All Offerors must provide a complete copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (MAY 2011), or the offeror must have completed their annual Representations and Certifications electronically at https://orca.bpn.gov. If the offeror has not completed ORCA on-line, a copy of FAR 52.212-3 must be submitted (see attached). FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) applies to this acquisition and the specific evaluation criteria are: Technical Capability and Past Performance, when combined, are equal to Price. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to the end of the contract period, provided that the Government gives the a preliminary written notice of its intent before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years. FAR 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond 9/30/2011. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 09/30/2011, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Provisions and Clauses applicable to this solicitation are listed below and incorporated by reference and may be accessed at the following website: http://www.arnet.gov/far FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2011); The following FAR clauses are applicable as listed in 52.212-5 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-15 Engergy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-1 Buy American Act-Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (OCT 2003) 52.222-41 Service Contract Act of 1965 (NOV 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 1999) FAR 52.232-18 Availability of Funds (APR 1984) FAR 52.237-3 Continuity of Services (JAN 1991) AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is a base year - Oct 1, 2011 through Sep 30, 2012 and option year 1- Oct 1, 2012 through Sep 30, 2013 AGAR 452.215-73 Post Award Conference (NOV 1996) A post award conference with the successful offeror is required. It will be scheduled within 10 days after the date of contract award. The conference will be held at Pike/San Isabel National Forest, Cimarron/Comanche National Grasslands Office located at 2840 Kachina Dr., Pueblo, CO. Request for Proposal should be submitted and contain the following information: 1. Schedule of Items to include, unit prices, subtotals and total amounts. An official authorized to bind the company must sign the proposal. 2. A brief description of experience similar to the type of work required under this project. 3. Furnish a list of 3 projects of similar magnitude completed within the last 7 years. Include contracts with Government agencies and commercial customers. For each project provide the following: • Name of the project • Location of project • Administering POC's name, phone, email address • Total cost of the project • A brief narrative of the project 4. A copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items, or state the offeror has completed their annual Representations and Certifications electronically at https://orca.bpn.gov. Proposals may be submitted via mail or e-mail. Offerors must be registered in CCR in accordance to FAR 52.204-7 Offerors must be registered in ORCA in accordance to FAR 52.204.8. Offerors who fail to meet these requirements will not be considered for award. RESPONSE TIME: Request for Proposal will be accepted NO LATER THAN Sep. 20, 2011 2:00 p.m. MST Submit or email to: USDA Forest Service, Attn: Angelina Sanchez 2840 Kachina Drive, Pueblo, CO 81008 E-Mail: asanchez04@fs.fed.us POC for this solicitation is Angelina Sanchez, 719-553-1433.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-12-0001/listing.html)
 
Place of Performance
Address: 2840 Kachina Dr., Pueblo, Colorado, 81008, United States
Zip Code: 81008
 
Record
SN02551502-W 20110828/110826235627-c17961bd44b83fadbad6ebb7971d6d2f (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.