Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOLICITATION NOTICE

S -- Carpet and Upholstery cleaning service - PWS - Past Performance Worksheet - DOL SCA wage determination

Notice Date
12/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561740 — Carpet and Upholstery Cleaning Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAHQ-14-Q-0004
 
Archive Date
1/21/2014
 
Point of Contact
Robert Atchison, Phone: (303) 844-7102
 
E-Mail Address
robert.atchison@sba.gov
(robert.atchison@sba.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DOL SCA wage determination Past Performance Worksheet Performance Work Statement 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 for this requirement is SBAHQ-14-Q-0004 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71. This will be a fixed price contract; total small business set-aside; NAICS code is 561740 with a small business size standard of $5.0. The Small Business Administration in Atlanta, Georgia has a requirement for one-time carpet cleaning services. ITEM DESCRIPTION: PROVIDE FOR CARPET AND 24 CHAIRS CLEANING SERVICE AS OUTLINED IN THE ATTACHED PERFORMANCE WORK STATEMENT (PWS). SITE VISIT: A site visit has been scheduled for Wednesday & Thursday, 18-19 December 2013. All interested parties are strongly encouraged to visit the proposed worksite before submitting quotations. Interested parties shall make arrangements for a site visit by contacting Miss Merle Mischer at (404) 331-0333 x2191 or Mrs. Sue Redd at (404) 331-0333 x2193. Technical questions will be addressed during the course of the site visit. If government responses to technical questions affect the Scope of Work a follow-on Amendment to the Solicitation will be issued. All participants must have their own transportation. Government transportation will not be provided, nor will the Government reimburse for travel costs associated with attending site visit. To be considered, Company's quotes MUST include (please limit quotes to 3 pages): (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation and PWS. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (Aug 2013), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); FAR 52.212-3 is available at http://farsite.hill.af.mil/vffara.htm (9) Acknowledgment of Solicitation Amendments, if any; (10) Past performance information (see attached Past_Performance_Data_Worksheet.docx), when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) DUNS Number. (13) One copy of current liability insurance certificate (14) One copy of current business/contractor's license Period of Performance: Services shall be completed between the hours of 7:30a.m. and 5:00p.m., 13-17 January, Monday through Friday, or until complete. There is no penalty for early completion of required work. All times are Eastern Standard. Place of Performance: Small Business Administration Centennial Tower 7th floor, 101 Marietta St NW Atlanta, GA 30303 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition 52.212-2, Evaluation - Commercial Items - applies to this acquisition. Evaluation criterion includes: Price and Past Performance ADDENDUM to 52.212-2 EVALUATION -COMMERCIAL ITEMS (JAN 1999) (d) Basis for Award - The Government will make the award to the offeror whose price is the lowest aggregate amount with a relevant and favorable past performance history. 1. Price - Each price quote will be evaluated for reasonableness. Price reasonableness is a comparison of the proposed price with the prices proposed by other offerors, the Government's estimate, current prices for the same or similar services, current market conditions, as well as other relevant measures. 2. Past Performance - Each company must submit three (3) Past Performance Data Worksheets for similar and relevant Federal Government or Commercial contracts worked on within the last three (3) years. The information provided should reflect the offeror's record of performance in the areas of conforming to specifications, adherence to contract schedules, reputation for reasonable and cooperative behavior, commitment to customer satisfaction and business-like concern for the interest of the customer. Additionally, if performance deficiencies are identified, describe the deficiency and the corrective action taken. A. While investigating an offeror's performance, the Government may consider the information provided by the Contractor as well as information obtained from other sources, including past and present customers and their employees; other federal government agencies, state and local government agencies; consumer protection organizations and better business bureaus; former subcontractors; and others who may have pertinent information. B. The offeror is required to provide a completed worksheet "Past Performance Data Worksheet" for three (3) similar and relevant Federal Government or Commercial contracts worked on within the last three (3) years. Information submitted may, at the discretion of the contracting officer, be further investigated in order to make an appropriate rating determination. C. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance, and will receive a neutral rating. 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses, as cited in 52.212-5, are included: 52.204-10, 52.209-6, 52.209-10, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.223-15, 52.223-18, 52.225-13, 52.232-33, and 52.239-1. 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.228-5 -- Insurance -- Work on a Government Installation 52.252-1, Solicitation Provisions Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.252-2, Clauses Incorporated by Reference HTTP://FARSITE.HILL.AF.MIL https://acquisition.gov/far/index.html 52.242-15, Stop Work Order 52.247-34, FOB Destination 52.246-2, Inspection of Supplies - Fixed Price 52.222-50, Combating Trafficking in Persons 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-11 -- Accepting and Dispensing of $1 Coin Department of Labor Wage Determination No: 2005-2133, Revision No: 12, Dated 06/19/2013 and its successors apply. SCA WD is attached. Quotes are due NO LATER THEN 2:00p.m. (Mountain Time) Monday, 6 January 2014, via email (ONLY) to robert.atchison@sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAHQ-14-Q-0004/listing.html)
 
Place of Performance
Address: Small Business Administration, Centennial Tower, 7th floor, 101 Marietta St NW, Atlanta, Georgia, 30303, United States
Zip Code: 30303
 
Record
SN03249216-W 20131212/131210234521-dc01df5f578f11e4362c9e7940814f33 (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.