Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2012 FBO #3753
SOLICITATION NOTICE

S -- Floor Mat and Air Freshener Service - Photographs of MSHA Logo Mats

Notice Date
3/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of Labor, Mine Safety and Health Administration, Acquisition Management Branch (WV), 1301 Airport Road, Beaver, West Virginia, 25813-9426
 
ZIP Code
25813-9426
 
Solicitation Number
456-12MR-1658
 
Archive Date
3/29/2012
 
Point of Contact
Mindy L. Smith, Phone: 3042563537
 
E-Mail Address
smith.mindy@dol.gov
(smith.mindy@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Photographs of MSHA Logo Mats This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is 456-12MR-1658 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-55. The associated North American Industrial Classification System (NAICS) code for this procurement is 812332, Industrial Launderers. Competition for this requirement is restricted to small businesses and only qualified Offerors will be considered as this is a total small business set-aside. The small business size standard for this NAICS code is annual receipts of $35,500,000.00 or less. For more information regarding small business classification, visit www.sba.gov/size. Base Period, 12 months Line Item # Description/Quantity/Unit 0001 Bi-weekly floor mat service for Morgantown, WV to include 1-6'x8' MSHA logo mat and 3-4'x6' burgundy floor mats./26 /ZB 0002 Bi-weekly air freshener service for Morgantown, WV, 1-located in locker room./26/ZB 0003 Bi-weekly floor mat service for McHenry, MD to include 1-4'x6' MSHA logo mat and 1-4'x6' blue floor mat./26/ZB 0004 Bi-weekly air freshener service for McHenry, MD, 1-located in locker room./26/ZB 0005 Bi-weekly floor mat service St. Clairsville, OH to include 1-4'x6' MSHA logo mat and 2-3'x5' blue floor mats./26/ZB 0006 Bi-weekly air freshener service for St. Clairsville, OH, 1-located in locker room./26/ZB 0007 6'x8' MSHA Logo mat, gray for Morgantown, WV/2/EA 0008 4'x6' MSHA Logo mat, gray for St. Clairsville, OH/2/EA 0009 4'x6'MSHA Logo mat, gray for McHenry, MD/2/EA Option period I, 12 months Line Item # Description/Quantity/Unit 1001 Bi-weekly floor mat service for Morgantown, WV to include 1-6'x8' MSHA logo mat and 3-4'x6' burgundy floor mats./26/ZB 1002 Bi-weekly air freshener service for Morgantown, WV, 1-located in locker room./26/ZB 1003 Bi-weekly floor mat service for McHenry, MD to include 1-4'x6' MSHA logo mat and 1-4'x6' blue floor mat./26/ZB 1004 Bi-weekly air freshener service for McHenry, MD, 1-located in locker room./26/ZB 1005 Bi-weekly floor mat service St. Clairsville, OH to include 1-4'x6' MSHA logo mat and 2-3'x5' blue floor mats./26ZB 1006 Bi-weekly air freshener service for St. Clairsville, OH, 1-located in locker room./26/ZB 1007 6'x8' MSHA Logo mat, gray for Morgantown, WV/2/EA 1008 4'x6' MSHA Logo mat, gray for St. Clairsville, OH/2/EA 1009 4'x6'MSHA Logo mat, gray for McHenry, MD/2/EA Option period II, 12 months Line Item # Description/Quantity/Unit 2001 Bi-weekly floor mat service for Morgantown, WV to include 1-6'x8' MSHA logo mat and 3-4'x6' burgundy floor mats./26/ZB 2002 Bi-weekly air freshener service for Morgantown, WV, 1-located in locker room./26/ZB 2003 Bi-weekly floor mat service for McHenry, MD to include 1-4'x6' MSHA logo mat and 1-4'x6' blue floor mat./26/ZB 2004 Bi-weekly air freshener service for McHenry, MD, 1-located in locker room./26/ZB 2005 Bi-weekly floor mat service St. Clairsville, OH to include 1-4'x6' MSHA logo mat and 2-3'x5' blue floor mats./26/ZB 2006 Bi-weekly air freshener service for St. Clairsville, OH, 1-located in locker room./26/ZB 2007 6'x8' MSHA Logo mat, gray for Morgantown, WV/2/EA 2008 4'x6' MSHA Logo mat, gray for St. Clairsville, OH/2/EA 2009 4'x6'MSHA Logo mat, gray for McHenry, MD/2/EA Option period III, 12 months Line Item # Description/Quantity/Unit 3001 Bi-weekly floor mat service for Morgantown, WV to include 1-6'x8' MSHA logo mat and 3-4'x6' burgundy floor mats./26/ZB 3002 Bi-weekly air freshener service for Morgantown, WV, 1-located in locker room./26/ZB 3003 Bi-weekly floor mat service for McHenry, MD to include 1-4'x6' MSHA logo mat and 1-4'x6' blue floor mat./26/ZB 3004 Bi-weekly air freshener service for McHenry, MD, 1-located in locker room./26/ZB 3005 Bi-weekly floor mat service St. Clairsville, OH to include 1-4'x6' MSHA logo mat and 2-3'x5' blue floor mats./26/ZB 3006 Bi-weekly air freshener service for St. Clairsville, OH, 1-located in locker room./26/ZB 3007 6'x8' MSHA Logo mat, gray for Morgantown, WV/2/EA 3008 4'x6' MSHA Logo mat, gray for St. Clairsville, OH/2/EA 3009 4'x6'MSHA Logo mat, gray for McHenry, MD/2/EA Option period IV, 12 months Line Item # Description/Quantity/Unit 4001 Bi-weekly floor mat service for Morgantown, WV to include 1-6'x8' MSHA logo mat and 3-4'x6' burgundy floor mats./26/ZB 4002 Bi-weekly air freshener service for Morgantown, WV, 1-located in locker room./26/ZB 4003 Bi-weekly floor mat service for McHenry, MD to include 1-4'x6' MSHA logo mat and 1-4'x6' blue floor mat./26/ZB 4004 Bi-weekly air freshener service for McHenry, MD, 1-located in locker room./26/ZB 4005 Bi-weekly floor mat service St. Clairsville, OH to include 1-4'x6' MSHA logo mat and 2-3'x5' blue floor mats./26/ZB 4006 Bi-weekly air freshener service for St. Clairsville, OH, 1-located in locker room./26/ZB 4007 6'x8' MSHA Logo mat, gray for Morgantown, WV/2/EA 4008 4'x6' MSHA Logo mat, gray for St. Clairsville, OH/2/EA 4009 4'x6'MSHA Logo mat, gray for McHenry, MD/2/EA All CLINS are to be priced in accordance with the attached Statement of Work. Statement of Work For the Floor Mats, Floor Mat Service, and Air Freshener Service 1.0 Objective This acquisition is to acquire floor mat and air freshener service for three Mine Safety and Health Administration locations to protect MSHA employees and visitors from slips and falls when entering and exiting the buildings when entryways are wet from inclement weather. 2.0 Scope The District 3 Morgantown, WV Headquarters office, the McHenry, MD, and St. Clairsville, OH Field Offices require bi-weekly floor mat and air freshener service. The requirements for each office are listed below. 2.1 Services Requested All floor mats in all offices listed below will need pick up, clean, set up, and provide clean mats bi-weekly. All offices will also need an air freshener refill in the locker room bi-weekly. Morgantown, WV District 3 HQ 604 Cheat Rd., Morgantown, WV 26508 Bi-weekly service Qty - Description of item/service 1 - 6x8 MSHA logo Gray floor mat 3 - 4x6 Burgundy floor mats 1 - Air freshener refill (Locker room) McHenry, MD Field Office 1550 Deep Creek Dr., McHenry, MD 21541 Bi-Weekly service Qty - Description of item/service 1 - 4x6 MSHA logo Gray floor mat 1 - 4x6 Blue floor mat 1 - Air freshener refill (Locker room) St. Clairsville Field Office 50985 National Rd. East, St. Clairsville, OH 43950 Bi-weekly service Qty - Description of item/service 1 - 4x6 MSHA logo Gray mat 2 - 3x5 Blue floor mats 1 - Air freshener refill (Locker room) 2.2 Purchase of Logo Mats MSHA will purchase new MSHA logo floor mats for all three offices. Please see attached photographs for details. A total of two mats per office will be needed as one will be in the office while the other is being cleaned. Qty-Description of item 2 - 6x8 MSHA logo Gray floor mat 2 - 4x6 MSHA logo Gray floor mat 2 - 4x6 MSHA logo Gray mat 3.0 Period of Performance Base Period: April 1, 2012 - March 31, 2013 Option Period I: April 1, 2013 - March 31, 2014 Option Period II: April 1, 2014 - March 31, 2015 Option Period III: April 1, 2015 - March 31, 2016 Option Period IV: April 1, 2016 - March 31, 2017 4.0 Delivery Date Services to begin the week of April 1, 2012. 4.1 Hours of Operation The Contractor is responsible for providing support between the hours of 07:30 a.m. and 3:00 p.m. (EST) Monday thru Friday, except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government-directed facility closings. 4.2 Recognized Holidays The Contractor is not required to perform services on the following holidays: New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 5.0 Technical Point of Contact 604 Cheat Rd. Morgantown, WV 26508 District 3 POC: Tim Velas 304-225-6808 6.0 Authority Only the contracting officer has the authority to modify the contract, authorize changes in funding, or add additional funds for expenditure under a contract. Should the contractor question charges or instructions under this task order, the contractor will bring these issues to the contracting officer for resolution. All issues brought to the attention of the contracting officer must be presented in writing via a memorandum or e-mail. 7.0 Regulations The contractor shall perform the services as set forth in the statement of work and in accordance with all applicable laws and regulations. The contractor warrants that he will have obtained all licenses and permits required by law to engage in the activities that are required in connection with the statement of work. 8.0 Definitions and Acronyms CO - Contracting Officer COR - Contracting Officer's Representative: A representative from the requiring activity assigned by the Contracting Officer to perform surveillance and to act as liaison to the contractor Defective Service - A service output that does not meet the standard of performance associated with it in the Statement of Work. DOL - Department of Labor EA - Each FAR - Federal Acquisition Regulation MSHA - Mine Safety and Health Administration POC - Point of Contact POP - Period of Performance Quality Control - Those actions taken by a contractor to control the performance of services so that they meet the requirements of the SOW. Quality Assurance - Those actions taken by the government to assure services meet the requirements of the Statement of Work. SF - Standard Form SOW - Statement of Work ZB - Bi-weekly Period of performance: Base Period: April 1, 2012 - March 31, 2013 Option Period I: April 1, 2013 - March 31, 2014 Option Period II: April 1, 2014 - March 31, 2015 Option Period III: April 1, 2015 - March 31, 2016 Option Period IV: April 1, 2016 - March 31, 2017 Places of performance: Mine Safety and Health Administration Morgantown, WV District 3 HQ 604 Cheat Rd. Morgantown, WV 26508 Mine Safety and Health Administration McHenry, MD Field Office 1550 Deep Creek Dr. McHenry, MD 21541 Mine Safety and Health Administration St. Clairsville Field Office 50985 National Rd. East, St. Clairsville, OH 43950 The following provisions and clauses apply to this acquisition: FAR 52.204-6, Data Universal Numbering System (DUNS) Number, 52.204-7, Central Contractor Registration, 52.204-9, Personal Identity Verification of Contractor Personnel, 52.212-1, Instructions to Offerors-Commercial, 52.212-2, Evaluation-Commercial Items (See Addenda below), 52.212-3, Offeror Representations and Certifications-Commercial Items, 52.212-4, Contract Terms and Conditions-Commercial Items, 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.219-6 Notice of Total Small Business Set-Aside, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports for Veterans, 52.222-41, Service Contract Act of 1965, 52.225-13, Restrictions on Certain Foreign Purchases, 52.233-1, Disputes, Alternate I, 52.233-4, Applicable Law for Breach of Contract Claim, 52.237-2, Protection of Government Buildings, Equipment, and Vegetation, 52.237-3, Continuity of Services. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items also applies to this acquisition to include 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addenda to 52.212-2, Evaluation-Commercial Items (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: i) Technical Capabilities a. Experience b. Understanding of the Requirement ii) Price Technical Capabilities and its sub factors, are significantly more important than price. However, as Offeror's ratings for the non-price factors approach equality, price becomes significantly more important in the award decision. (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. The Government will award a single Firm Fixed Price contract from this combined synopsis/solicitation. Offerors are cautioned that an award may not necessarily be made to the lowest price offered. The Government is more concerned with obtaining superior services than with making an award at the lowest overall price to the Government. However, the Government will not make an award at a significantly higher overall price to the Government to achieve slightly superior services. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for Factor I, (Technical Capabilities). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. TECHNICAL CAPABILITIES- The proposal will be evaluated to determine whether the Offeror's methods and approach have adequately and completely considered, defined, and satisfied the requirements specified in the solicitation and whether the Offeror's methods and approach to meeting the solicitation requirements provide the Government with a high level of confidence of successful completion within the required schedule. No pricing information is to be provided in the Technical Proposal. The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal that demonstrates its understanding of the work described in Part 2.0 of the SOW. The government must receive enough information in a proposal to make a determination that the Offeror can complete the defined work or the proposal may be considered non-responsive. PRICE- The Offeror shall provide a document outlining their pricing using the contract line items listed above. Pricing must be provided separately from your technical proposal. EVALUATION SUMMARY FACTOR I. TECHNICAL CAPABILITIES-The Offeror shall submit a proposal that acknowledges the tasks identified in the Statement of Work to allow the Government to make a sufficient determination that the Offeror is capable of performing the work. Sub factor a. EXPERIENCE-The Offeror shall provide a synopsis of their experience in performing the tasks listed in the Statement of Work. Sub factor b. UNDERSTANDING OF THE REQUIREMENT- The Government will evaluate the Offeror's understanding of the work to be performed in accordance with the SOW. The Offeror shall submit a proposal acknowledging that they are capable of completing the tasks identified in the Statement of Work, outlining their method and approach to completing the requirements. FACTOR II. PRICE - The Government will evaluate offers for award purposes by adding the total of all contract line item prices, including all options to ensure that pricing is not unbalanced. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b) (2). Price will become significantly more important as technical ratings approach equality. No adjectival ratings will be used to evaluate Price. Proposal pricing should be presented as the contract line items are listed in this posting. Adjectival Ratings. Proposals will be adjectivally rated against each of the evaluation factors set forth in this plan and in the solicitation. Adjectival ratings for Factor I, Technical Capabilities follows. No adjectival ratings will be used to evaluate Factor II, Price. Adjectival Ratings. The following adjectival ratings will be used: Factor I- Technical Capabilities, will be rated using the following Adjectival Scale: Outstanding-A proposal that satisfies all of the Government's requirements with extensive detail to indicate feasibility of the approach and shows a thorough understanding of the problems and offers numerous significant strengths, which are not offset by weaknesses, with an overall low degree of risk in meeting the Government's requirements. Good-A proposal that satisfies all of the Government's requirements with adequate detail to indicate feasibility of the approach and shows an understanding of the problems and offers some significant strengths or numerous minor strengths, which are not offset by weaknesses, with an overall low to moderate degree of risk in meeting the Government's requirements. Acceptable-A proposal that satisfies all of the Government's requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Government's requirements. Unacceptable-A proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. Non-Price Factors: The importance of the Non-Price Evaluation Factors is in the following descending order with the most important factor listed first: Factor I, Technical Capabilities and its sub factors combined are significantly more important than Factor II "Price". However, as Offeror's ratings for the non-price factors approach equality, Factor II "Price" becomes significantly more important in the award decision. Quotes must be received by Mindy Smith, Contract Specialist, no later than 3:00 PM (EST) on March 14, 2012. Quotes will be accepted by fax at (304) 256-3332 or e-mail at smith.mindy@dol.gov. Electronic quotes must be submitted in a format compatible with Microsoft Office 2003 or Adobe. Pricing must be sent as a separate file. All questions on this requirement must be submitted in writing by e-mail to the Contract Specialist by March 9, 2012 at 9:00 AM (EST). Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/MSHA/BeacerWV/456-12MR-1658/listing.html)
 
Record
SN02688038-W 20120304/120302234848-0ec887498ede22b1488194183a66ce13 (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.