Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2012 FBO #3806
SOLICITATION NOTICE

S -- Data Center Floor Cleaning - (Draft)

Notice Date
4/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, P. O. Box 1450 - Mail Stop 6, 600 Dulany Street, MDE, 7th Floor, Alexandria, Virginia, 22313-1450
 
ZIP Code
22313-1450
 
Solicitation Number
DOC52PAPT1200053
 
Point of Contact
Denise Sanders, Phone: 571-272-2797
 
E-Mail Address
denise.sanders@uspto.gov
(denise.sanders@uspto.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Template Statement of Work The solicitation number is DOC52PAPT1200053. The solicitation is issued as a Request for Quote (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial items, 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. Anticipated date of award is by May 31, 2012.. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The requirements will be fulfilled using Part 12, Acquisition of Commercial Items, and the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR subpart 13.5, and the Patent and Trademark Acquisition Guidelines (PTAG), to the maximum extent possible. This is a total small business set-aside. The associated North American Classification System (NAICS) code is 561720 and the small business size standard is $16.5 million average annual receipts. The United States Patent and Trademark Office (USPTO) intends to establish a base period with four (4) one-year options contract for Data Center Floor Cleaning for two data centers. The USPTO expects to make one award from this synopsis/solicitation. The USPTO reserves the right to cancel and or not exercise options for the company's contract for any reason, including but not limited to: poor performance, or if the vendor's prices are determined to be no longer competitive. (BPA "calls") The Contractor shall provide personnel, equipment, and supplies necessary to provide three (3) scheduled cleanings of the under floor and upper floor of two data centers at the US Patent & Trademark Office (USPTO) within one calendar year. The cleanings will be divided in the following manner: Two (2) full cleanings of the Production Data Center (IT East) and one (1) full cleaning of the test data center (IT West). The total area including space occupied by machines is approximately 23,221 square feet in IT East and approximately 9,487 square feet in IT West. The details below shall apply to all cleanings. Each scheduled cleaning, shall include 100 (approx. 3 skids) loose tile (solid, cut or perforated). Services to be provided at location: U.S. Patent and Trademark Office 600 Dulany Street 3 rd Floor Madison East and West Data Centers Alexandria, Virginia 22314 The vendor must be able to demonstrate their experience to perform the work that is relevant to the USPTO's requirements. Vendors that submit proposals in response to this synopsis/solicitation are required to have been in business for three years or longer. Vendors that submit proposals who do not meet this requirement will be disqualified and eliminated from competition. Factors: (1) Ability to Meet Requirements, (2) Experience/Past Performance, and (3) Price. SEE ATTACHMENT FOR STATEMENT OF WORK AND INSTRUCTIONS FOR SUBMITTING RESPONSES The provision at 52.212.1, Instructions to Offeror-Commercial, applies to this acquisition. In addition, Offerors are required to submit the following: (1) Brief capabilities statement addressing the ability to meet requirements shall not exceed 5 pages; (2) Must submit at least three (3) references in which demonstrates the Offeror's experience and ability to provide data center floor cleaning within the last three years. The offferor will be given a template to complete and will provide current points of contacts; and (3) prices for services. The provision at 52.212.2, Evaluation -Commercial Items, will be used to evaluate offerors for awarding the contract. The Government intends to award the contract resulting from this solicitation to the most responsible offeror whose offer conforms to the solicitation will be the most advantageous, representing the best value to the Government, price and other factors considered. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offerors shall provide Taxpayer Identification Number, as well as, Data Universal Numbering System number with its proposal. The following clauses apply to this acquisition: 52.204-7, Central Contractor Registration (July 2006), the clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2010), applies to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008), 52.203-6, Restrictions on Small Business Set-Aside (Sept 2006), 52.219-6 Notice of Total Small Business Set-Aside (Jun 200), 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009), 52.222-3, Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept. 2006), 52-222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept. 2006), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004), 52.222-50 Combating Trafficking in persons (Feb 2009), 52.225-1 Buy American Act-Supplies (Feb 2009), 52.232-25, Prompt Payment (Oct 2003), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.233-3, Protest After Award (Aug. 1996), and 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004). The point of contact for this solicitation is: Denise.Sanders@uspto.gov, and phone number: 571-272-2797. Offerors shall submit their proposals no later than 10:00 a.m. EST. May 7, 2012 to: Denise.Sanders@USPTO.gov. All questions must be submitted by email no later than c.o.b. May 1, 2012 to Denise.Sanders@uspto.gov. The questions will be answered with an amendment to this synopsis/solicitation. Updates to this synopsis/solicitation will be posted on the U.S. Patent and Trademark Office, Office of Procurement homepage at: http://www.uspto.gov/about/vendor_info/current_acquisitions/index.jsp. This solicitation shall not be construed as a commitment of any kind.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/PTO/OPDC20220/DOC52PAPT1200053/listing.html)
 
Place of Performance
Address: United States Patent and Trademark Office, 600 Dulany Street, Alexandria, Virginia, 22313, United States
Zip Code: 22313
 
Record
SN02730170-W 20120426/120424235930-463bfc6b5f6e88d7d50eae6c0d79d5a5 (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.