Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
MODIFICATION

S -- OPTION - Custodial Services

Notice Date
7/24/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
10 Phipps Rd, Picatinny Arsenal, NJ 07806, NJ 07806
 
ZIP Code
07806
 
Solicitation Number
W15QKN-14-R-0166
 
Response Due
8/7/2014
 
Archive Date
2/3/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W15QKN-14-R-0166 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $18.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-08-07 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The ACC - New Jersey requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/01/2014 - 08/31/2015 LI 001: BASE: WEEKLY/SEMI-MONTHLY/MONTHLY WV035 FFP CUSTODIAL WV035 FFP WEEKLY SERVICES: WET MOP LATRINE FLOORS WASTE REMOVAL-OFFICES WASTE REMOVAL-COMMON RESTROOMS, FIXTURE CLEANING: TOILET, URINALS, SINKS ACCESSORIES REFILLING/RESTOCKING: SOAP DISPENSER PAPER TOWEL DISPENSER TOILET TISSUE DISPENSER SEMI MONTHLY SERVICES: DRINKING FOUNTAINS LATRINE PARTITION CLEANING LATRINE WALL CLEANING MONTHLY SERVICES: DAMP MOP ALL FLOORS DUST MOP FLOORS OR SWEEP CLEAN SHOWER WALLS VACUUM CARPETS AND MATS FOB: Destination, 12, MO; LI 002: BASE: SEMI-ANNUAL WV035 FFP CUSTODIAL WV035 FFP SEMI ANNUAL SERVICES: SPRAY WAX/BUFF FLOORS FOB: Destination, 2, EA; LI 003: BASE: ANNUAL WV035 FFP CUSTODIAL WV035 FFP ANNUAL: STRIP/WAX/SEAL FLOORS TO INCLUDE LATRINE SHAMPOO CARPETS FOB: Destination, 1, EA; LI 004: BASE: CONTRACT MANPOWER REPORTING FFP CONTRACT MANPOWER REPORTING FFP The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/ Note: information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. FOB: Destination, 1, EA; Option 1 Period of Performance: 09/01/2015 - 08/31/2016 LI 001: OY1: WEEKLY/SEMI-MONTHLY/MONTHLY WV035 FFP CUSTODIAL WV035 FFP WEEKLY SERVICES: WET MOP LATRINE FLOORS WASTE REMOVAL-OFFICES WASTE REMOVAL-COMMON RESTROOMS, FIXTURE CLEANING: TOILET, URINALS, SINKS ACCESSORIES REFILLING/RESTOCKING: SOAP DISPENSER PAPER TOWEL DISPENSER TOILET TISSUE DISPENSER SEMI MONTHLY SERVICES: DRINKING FOUNTAINS LATRINE PARTITION CLEANING LATRINE WALL CLEANING MONTHLY SERVICES: DAMP MOP ALL FLOORS DUST MOP FLOORS OR SWEEP CLEAN SHOWER WALLS VACUUM CARPETS AND MATS FOB: Destination, 12, MO; LI 002: OY1: SEMI-ANNUAL WV035 FFP CUSTODIAL WV035 FFP SEMI ANNUAL SERVICES: SPRAY WAX/BUFF FLOORS FOB: Destination, 2, EA; LI 003: OY1: ANNUAL WV035 FFP CUSTODIAL WV035 FFP ANNUAL: STRIP/WAX/SEAL FLOORS TO INCLUDE LATRINE SHAMPOO CARPETS FOB: Destination, 1, EA; LI 004: OY1: CONTRACT MANPOWER REPORTING FFP CONTRACT MANPOWER REPORTING FFP The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/ Note: information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. FOB: Destination, 1, EA; Option 2 Period of Performance: 09/01/2016 - 08/31/2017 LI 001: OY2: WEEKLY/SEMI-MONTHLY/MONTHLY WV035 FFP CUSTODIAL WV035 FFP WEEKLY SERVICES: WET MOP LATRINE FLOORS WASTE REMOVAL-OFFICES WASTE REMOVAL-COMMON RESTROOMS, FIXTURE CLEANING: TOILET, URINALS, SINKS ACCESSORIES REFILLING/RESTOCKING: SOAP DISPENSER PAPER TOWEL DISPENSER TOILET TISSUE DISPENSER SEMI MONTHLY SERVICES: DRINKING FOUNTAINS LATRINE PARTITION CLEANING LATRINE WALL CLEANING MONTHLY SERVICES: DAMP MOP ALL FLOORS DUST MOP FLOORS OR SWEEP CLEAN SHOWER WALLS VACUUM CARPETS AND MATS FOB: Destination, 12, MO; LI 002: OY2: SEMI-ANNUAL WV035 FFP CUSTODIAL WV035 FFP SEMI ANNUAL SERVICES: SPRAY WAX/BUFF FLOORS FOB: Destination, 2, EA; LI 003: OY2: ANNUAL WV035 FFP CUSTODIAL WV035 FFP ANNUAL: STRIP/WAX/SEAL FLOORS TO INCLUDE LATRINE SHAMPOO CARPETS FOB: Destination, 1, EA; LI 004: OY2: CONTRACT MANPOWER REPORTING FFP CONTRACT MANPOWER REPORTING FFP The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/ Note: information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. FOB: Destination, 1, EA; Option 3 Period of Performance: 09/01/2017 - 08/31/2018 LI 001: OY3: WEEKLY/SEMI-MONTHLY/MONTHLY WV035 FFP CUSTODIAL WV035 FFP WEEKLY SERVICES: WET MOP LATRINE FLOORS WASTE REMOVAL-OFFICES WASTE REMOVAL-COMMON RESTROOMS, FIXTURE CLEANING: TOILET, URINALS, SINKS ACCESSORIES REFILLING/RESTOCKING: SOAP DISPENSER PAPER TOWEL DISPENSER TOILET TISSUE DISPENSER SEMI MONTHLY SERVICES: DRINKING FOUNTAINS LATRINE PARTITION CLEANING LATRINE WALL CLEANING MONTHLY SERVICES: DAMP MOP ALL FLOORS DUST MOP FLOORS OR SWEEP CLEAN SHOWER WALLS VACUUM CARPETS AND MATS FOB: Destination, 12, MO; LI 002: OY3: SEMI-ANNUAL WV035 FFP CUSTODIAL WV035 FFP SEMI ANNUAL SERVICES: SPRAY WAX/BUFF FLOORS FOB: Destination, 2, EA; LI 003: OY3: ANNUAL WV035 FFP CUSTODIAL WV035 FFP ANNUAL: STRIP/WAX/SEAL FLOORS TO INCLUDE LATRINE SHAMPOO CARPETS FOB: Destination, 1, EA; LI 004: OY3: CONTRACT MANPOWER REPORTING FFP CONTRACT MANPOWER REPORTING FFP The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/ Note: information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. FOB: Destination, 1, EA; Option 4 Period of Performance: 09/01/2018 - 08/31/2019 LI 001: OY4: WEEKLY/SEMI-MONTHLY/MONTHLY WV035 FFP CUSTODIAL WV035 FFP WEEKLY SERVICES: WET MOP LATRINE FLOORS WASTE REMOVAL-OFFICES WASTE REMOVAL-COMMON RESTROOMS, FIXTURE CLEANING: TOILET, URINALS, SINKS ACCESSORIES REFILLING/RESTOCKING: SOAP DISPENSER PAPER TOWEL DISPENSER TOILET TISSUE DISPENSER SEMI MONTHLY SERVICES: DRINKING FOUNTAINS LATRINE PARTITION CLEANING LATRINE WALL CLEANING MONTHLY SERVICES: DAMP MOP ALL FLOORS DUST MOP FLOORS OR SWEEP CLEAN SHOWER WALLS VACUUM CARPETS AND MATS FOB: Destination, 12, MO; LI 002: OY4: SEMI-ANNUAL WV035 FFP CUSTODIAL WV035 FFP SEMI ANNUAL SERVICES: SPRAY WAX/BUFF FLOORS FOB: Destination, 2, EA; LI 003: OY4: ANNUAL WV035 FFP CUSTODIAL WV035 FFP ANNUAL: STRIP/WAX/SEAL FLOORS TO INCLUDE LATRINE SHAMPOO CARPETS FOB: Destination, 1, EA; LI 004: OY4: CONTRACT MANPOWER REPORTING FFP CONTRACT MANPOWER REPORTING FFP The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th Regional Support Command (RSC) via a secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil/ Note: information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. FOB: Destination, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, ACC - New Jersey intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. ACC - New Jersey is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Central Contractor Registration APR 2008 Contract Terms and Conditions--Commercial Items JUN 2010 Pollution Prevention and Right-to-Know Information AUG 2003 Insurance - Work On A Government Installation JAN 1997 Payment by Electronic Funds Transfer--Central Contractor OCT 2003 Registration Protection Of Government Buildings, Equipment, And- APR 1984 Vegetation Continuity Of Services JAN 1991 Requirements Relating to Compensation of Former DoD- JAN 2009 Officials Control Of Government Personnel Work Product- APR 1992 Central Contractor Registration (52.204-7) Alternate A- SEP 2007 Prohibition On Storage And Disposal Of Toxic And- APR 1993 Hazardous Materials Electronic Submission of Payment Requests and Receiving- MAR 2008 Reports Levies on Contract Payments- DEC 2006 Pricing Of Contract Modifications- DEC 1991 Material Inspection And Receiving Report- MAR 2008 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2011) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to contract expiration date. (End of clause) (a) The Government may extend the term of this contract by written notice to the Contractor within the period of performance of the contract, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 36 months. (End of clause) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://arnet.gov/far http://www.farsite.hill.af.mil (End of clause) CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2011) Contractor Use of Mandatory Sources of Supply or Services
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/26e9ba9515c9c3d579b83fc6db53c2d6)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03437646-W 20140726/140725000207-26e9ba9515c9c3d579b83fc6db53c2d6 (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.