Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
MODIFICATION

S -- Janitorial Services, Lafayette, LA

Notice Date
4/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G12PS00257
 
Response Due
5/3/2012
 
Archive Date
6/2/2012
 
Point of Contact
Annie Howard
 
E-Mail Address
ddowney@usgs.gov
(ahoward@usgs.gov)
 
Small Business Set-Aside
HUBZone
 
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.The Solicitation Number G12PS00257 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This Solicitation is set-aside for 100% HubZone Small Business; NAICS code 561720, Janitorial Services, small business size standard: $16.5. Contract line item number(s) 00010 Base Year, Janitorial Services, Lafayette, LA, 12 Months, 06/01/2012-05/31-201300020 Option Year One, Janitorial Services, Lafayette, LA, 12 Months, 06/01/2013-05/31-201400030 Option Year Two, Janitorial Services, Lafayette, LA, 12 Months, 06/01/2014-05/31-201500040 Option Year Three, Janitorial Services, Lafayette, LA, 12 Months 06/01/2015-05/31-201600050 Option Year Four, Janitorial Services, Lafayette, LA, 12 Months, 06/01/2016-05/31-2017 The contractor shall begin janitorial services on the first day of the first month after award. This contract is anticipated to award in May 2012, so the service would then begin on June 1, 2012. Description of requirements: A Firm-Fixed Price Contract for services, non-personal, to provide all plant equipment, labor, travel, and materials (unless otherwise provided herein) necessary to perform janitorial duties at the Department of the Interior (DOI), U.S. Geological Survey (USGS), National Wetlands Research Center (NWRC) located at 700 Cajundome Blvd, Lafayette, LA 70506. The contract performance service requirements are described and set forth in the Performance Work Statement (Attachment 1.)52.237-1 Site Visit. (APR 1984) Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.SITE VISIT : Wednesday, April 11, 2012 at 10:00am Lafayette LA time.U.S. GEOLOGICAL SURVEY, National Wetlands Research Center, 700 Cajundome Boulevard, Lafayette, LA 70506POC: Eric Pelletier epelletier@usgs.gov 337-266-8507.Proposal Submission. Offerors shall submit proposals in.pdf (Adobe) format as an attachment(s) to email(s) sent to Don Downey ddowney@usgs.gov. Please call 303-236-9331 to verify that the proposal has been received. The provision at 52.212-1, Instructions to Offerors=BFCommercial, applies to this acquisition. In addition the USGS requires registration in four databases: 1.The USGS requires registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov;2.Offeror must be registered in the FedConnect database; complete registration in FedConnect at https://www.fedconnect.net;3.Offeror must be registered on Online Representations and Certifications Application (ORCA) before an award could be made to them. If company is not registered with ORCA, they may do so by going to ORCA web site at https://orca.bpn.gov/; and4.Electronic Invoicing and Payment Requirements - Internet Payment Platform (lPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP)."Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A copy of the Contractor=BFs internally generated invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal.Provision at 52.212-2, Evaluation=BFCommercial Items, applies to this RFP. 12.602 Streamlined evaluation of offers. (b) Offers shall be evaluated in accordance with the criteria contained in the solicitation. Technical capability, Factors B and C below, may be evaluated by how well the proposed services meet the Government requirement. Past performance shall be evaluated in accordance with the procedures in Subpart 15.3.(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. Proposals submitted in response to this request for proposal will be evaluated based upon the following non-price or non-cost factors, which are of equal importance: Factor (A) Past Performance: sellers shall submit not less than two references for services performed during the past three years. Each reference shall include: the company or agency name, address, contract or order number, point(s) of contract phone number and email address(es). References provided may be contacted by the Government. Their statements will be used in the evaluation of the offeror=BFs proposal. In addition, any information obtained by the Government from references outside of the offeror=BFs proposal may also be used, in a similar manner, in the technical evaluation of the offeror=BFs proposal to the extent appropriate. Past performance information provided by references, from Government records, or from other than the sources identified by the offeror may be used in the evaluation under any or all applicable evaluation factors. In addition to the foregoing, PIPRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information required under this solicitation. All past performance information will be used for both the responsibility determination and the best value decision.Factor (B) Quality Control Program: Proposals must include the offeror=BFs proposed Quality Control Program for evaluation. See the Statement of Work for the Quality Control Program requirements for this award.Factor (C) Operation Management Plan. Proposals must include the offeror=BFs proposed Operation Management Plan for evaluation. See the Statement of Work for the Operation Management Plan requirements for this award.(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. Award shall be made to the vendor whose proposal, conforming to this RFP, is determined to be the most advantageous to the Government, cost or price and the other non-cost or non-price factors listed above. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be considered less important than price or cost. The degree of importance of price or cost as an evaluation factor will increase with the degree of equality in the technical merits of the proposals. Between acceptable proposals with a significant difference in technical merit, a determination will be made as to whether the additional technical merit or benefits reflected by a higher priced proposal warrants payment of the additional price or cost.Offerors must have completed ORCA registration and comply with the provision at 52.212-3. The clause at 52.212-4, Contract Terms and Conditions=BFCommercial Items, applies to this acquisition and a statement regarding any addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders=BFCommercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition:(1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282)(31 U.S.C. 6101 note).(6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a).(14) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (d)(2) and (3)).(17) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)).(23) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)).(26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755).(27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126).(28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999).(29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).(30) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).(31) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793).(32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212).(33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).(34) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)(35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)(36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b).(38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513).(39) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d).(47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).(1) 52.222-41, Service Contract Act of 1965 (NOV 2007) (41 U.S.C. 351, et seq.).(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).This Statement is for information ONLY; It is not a Wage DeterminationEmployee ClassMonetary Wage w/o Fringe BenefitsGS- 3$24,499GS- 5$30,772GS - 7$38,117 The additional contract clauses, requirements, terms, and conditions that will apply to this synopsis/solicitation and resulting contract ARE ATTACHED (See Attachment 2, CLAUSES). The Government intends to award without negotiation; however, the Government reserves the right to negotiate terms and price per FAR Part 15. CONTRACTORS SHALL REGISTER AT FEDCONNECT.GOV TO VIEW ATTACHMENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00257/listing.html)
 
Place of Performance
Address: U.S. GEOLOGICAL SURVEYERIC PELLETIER 337-266-8507(epelletier@usgs.govNational Wetlands Research Ctr700 Cajundome BlvdLafayetteLA70506USA
Zip Code: 70506
 
Record
SN02721010-W 20120414/120412235859-8cc9bc30d70f4d115996955300a46b17 (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.