Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

S -- Cimarron NG Janitorial Services - RFP

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82BH-S-15-0002
 
Point of Contact
Angelina Sanchez, Phone: 7195531433
 
E-Mail Address
asanchez04@fs.fed.us
(asanchez04@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment II-DOL Wage Determination Attachment I-Performance Work Statement Solicitation (SF1449) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, 8/25/2014. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-15-0002 and is a Request for Proposal. Proposals must reference solicitation number. Submit written offers only; oral offers will not be accepted. Cimarron/Comanche National Grasslands intends to award a firm fixed-price contract IAW FAR 52.216-1 Type of Contract, for routine Janitorial Services. NAICS code for this procurement is 561720, Janitorial Services, and the small business size standard is $16.5 million. BID SCHEDULE-See attached DESCRIPTION OF WORK The intent of this contract is to provide routine Janitorial Services for the Cimarron National Grasslands Office located at 242 Hwy 56 East, PO Box 127, Elkhart, KS 67950. PERFORMANCE WORK STATEMENT-See attached No site visit will be planned. Federal Acquisition Regulation (FAR) 52.204-7 System for Award Management (SAM) (Jul 2013), the offeror must be registered in the SAM database. https://www.sam.gov. Information can be found at https://www.acquisition.gov A DUNS (Duns and Bradstreet) number is required in order to register. An offeror may obtain a DUNS number at http://fedgov.dnb.com/webform or 866-705-5711 FAR 52.212-1 Instructions to Offerors-Commercial Items APR 2014). The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offerors", Request for Proposals should be submitted and shall contain the following information: solicitation number; name; address; telephone number of offeror; price; any discount terms, response to non-price evaluation factors and acknowledgement of all and total amounts. An official authorized to bind the company must sign the proposal. Proposals may be submitted via mail or email. Specific evaluation criteria: Experience, Past Performance, biobased purchasing, and price; when combined, these evaluation factors other than price are approximately equal to price. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to the end of the contract period, provided that the Government gives a preliminary written notice of its intent 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 5 years. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) Provisions and Clauses applicable to this solicitation are listed below and incorporated by reference and may be accessed at the following website: Federal Acquisition Regulations (FAR)(52), Agricultural Acquisition Regulations (AGAR)(452); http://farsite.hil.af.mil 52.204-9 Personal Identity Verification of Contractor Personnel. (JAN 2011) 52.204-13 System for Award Management Maintenance. (JUL 2013) 52.208-9 Contractor Use of Mandatory Sources of Supply or Services. (MAY 2014) 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) 52.222-21 Prohibition of Segregated Facilities. (FEB 1999) 52.223-1 Biobased Product Certification (MAY 2012) 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.223-5 Pollution Prevention and Right-to-Know Information. (MAY 2011) 52.223-6 Drug-Free Workplace. (MAY 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts. (MAY 2008) 52.228-5 Insurance - Work on a Government Installation. (JAN 1997) 52.232-11 Extras. (APR 1984) 52.232-23 Assignment of Claims. (MAY 2014) 52.232-39 Unenforceability of Unauthorized Obligations. (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. (APR 1984) 52.244-6 Subcontracts for Commercial Items. (JUL 2014) 52.245-1 Government Property. (APR 2012) 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. (APR 1984) 52.249-8 Default (Fixed-Price Supply and Service). (APR 1984) 52.253-1 Computer Generated Forms. (JAN 1991) 452.236-72 Use of Premises. (NOV 1996) 452.237-75 Restrictions Against Disclosure. (FEB 1988) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014); The following FAR clauses are applicable as listed in 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.219-28 Post Award Small Business Program Rerepresentation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) 52.223-15 Engergy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 Contractor Policy to Ban Text Messaging while Driving (AUG 2011) 52.225-1 Buy American Act-Supplies (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 52.222-41 Service Contract Act of 1965 (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.217-5 Evaluation of Options (JUL 1990) 52.217-8 Option to Extend Services (NOV 1999) 52.232-18 Availability of Funds (APR 1984) 52.232-19 Availabiltiy of Funds for the Next Year (APR 1984) AGAR 452.211-74 Period of Performance (FEB 1988) The period of performance of this contract is a base year - Nov 1, 2014 through Oct 31, 2015 and four (4)option years based on availability of funds. AGAR 452.215-73 Post Award Conference (NOV 1996) A post award conference with the successful offeror is required. It will be scheduled within 10 days after the date of contract award. The conference will be held at Cimarron National Grasslands Office, 242 Hwy 56 East, PO Box 300, Elkhart, KS 67950. Request for Proposal should be submitted and contain the following information. An official authorized to bind the company must sign the proposal. 1. Schedule of Items to include, unit prices, subtotals and total amounts. 2. A brief description of experience similar to the type of work required under this project. 3. Furnish a list of 3 projects of similar magnitude completed within the last 7 years. Include contracts with Government agencies and commercial customers. For each project provide the following: • Name of the project • Location of project • Administering POC's name, phone, email address • Total cost of the project • A brief narrative of the project 4. Provide a list of biobased products to be acquired and used in the performance of this contract or explanation of why the product cannot be acquired, meet contract requirements, or show unreasonable cost. 5. If the offeror has not completed their annual Representations and Certifications electronically in the SAM database, https://www.sam.gov a copy of FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (AUG 2013) must be submitted (see PWS). PAGE LIMITATIONS • For past performance; one page per project. • For experience; do not to exceed two pages. • For biobased purchasing; do not exceed one page. • A page is defined as; one side of a sheet of paper containing information. When both sides of a sheet display printed material, it will be counted as two pages. • Provide loose leaf pages, no bonded pages. Offerors must be registered in SAM in accordance to FAR 52.204-7 Offerors who fail to submit a complete package will not be considered for award. RESPONSE TIME: Request for Proposal will be accepted NO LATER THAN Oct 17, 2014 2:00 p.m. MST Email submission of proposals is preferred; email to: asanchez04@fs.fed.us or mailed/delivered to: USDA Forest Service Attn: Angelina Sanchez 2840 Kachina Drive, Pueblo, CO 81008 POC for this solicitation is Angelina Sanchez, 719-553-1433.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-15-0002/listing.html)
 
Place of Performance
Address: 242 HWY 56 East, Elkhart, Kansas, 67950, United States
Zip Code: 67950
 
Record
SN03518081-W 20140920/140918235652-d7aa4ecdb4ad15ea70ddb8d631c23591 (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.