Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

S -- ROB Curstodial with other Related Services - Solicitation

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Triangle Service Center (WPZ), 7th & D Streets, SW, Room 7660, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
GS-11P-17-YE-D-0001
 
Point of Contact
Ingrid J. Blair, Phone: 202-379-8333
 
E-Mail Address
ingrid.towns@gsa.gov
(ingrid.towns@gsa.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RFP Solicitation Package GSA ROB Custodial with Other Related Services This is a combined synopsis/solicitation for competitive negotiation contract prepared in accordance with the format in FAR Subpart 15.2, as supplemented with additional information in this notice and file attachments. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will be issued. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered with the System Award Management system (SAMS). Additionally, each offeror must obtain, and provide with their proposal, their nine-digit Dun and Bradstreet (DUNS) number. GS-11P-17-YE-D-0001 is issued as a request for proposals (RFP). A Firm-Fixed Price (FFP) will be procured via The Small Business Administration, Section 8(a) Program. This solicitation and contemplated contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of all clauses and provisions may be accessed electrically at: www.acquisition.gov. This is a 100% set-aside for The Small business Administration, Section 8(a) Program small business concerns expressly certified by the Small business Administration (SBA) for participation in the Section 8 (a) program is solicited under NAICS 561720. The small business size standard for this NAICS is $33.5M. Please see Section "Solicitation Contract Standard Form" of the solicitation for the list of contract line item(s) and estimated quantities (including option(s) for this requirement). The contractor shall furnish all the necessary personnel, material, equipment, and services (except as otherwise specified in the Solicitation) to successfully perform the required Custodial with other related services. You may access the solicitation documents at the Federal Business Opportunities Web Site Home Page: http://www.fbo.gov. The anticipated period of performance is April 1, 2017 through March 31, 2018 (not including the four (4) one-year option periods). The Custodial with other related services will be provided at the following location: General Service Administration Regional Office Building 301 7 th Street, SW, Washington, DC 20407 All interested potential offerors should attend the site visit planned for December 8, 2016. Offerors shall meet in on the 6 th Floor conference room B room 6067 at 10 a.m. in the GSA Regional Office Building. The Government will not conduct a second tour of this facility. Offerors are encouraged to read the solicitation package in its entirety to become fully aware of the work requirements of this solicitation. FAR 52.215-1, Instructions to Offerors-Competitive Acquisitions and addendum, applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. This is a lowest price technically acceptable (LPTA) solicitation. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. For LPTA procurement's this is done through, through the establishment of evaluation factors that will be evaluated on an "acceptable/ go" or "unacceptable / no-go" basis. Proposals are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order for an offeror to be awarded the contract, there must be an "acceptable / go" rating in every non-price factor/subfactor and submit the lowest price. The following non-price factors shall be used to evaluate offers: 1. Technical Experience; 2. Past Performance, 3. Key Personnel. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, shall be submitted with proposal if not available through SAM at: https://sam.gov/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and addendum, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see Section I. Contract Clauses in the attached solicitation for additional FAR clauses and provisions applicable to this acquisition. Offeror(s) shall also submit a detailed breakdown of the price proposal for the Base Period and all the Option Periods, (i.e., labor rates, benefits, materials; administrative cost, OH/P, etc....) All potential offerors may submit feedback and questions to be answered by the agency. All questions and concerns should be submitted by email to Mrs. Ingrid J. Blair, Contract Specialist, by December 15, 2016 no later than 12:00 pm (EST) via email: ingrid.towns@gsa.gov. Offerors shall include the section and page number of the solicitation in each question submitted. Potential offerors may direct all inquiries pertaining regarding this solicitation in writing to Mrs. Ingrid J. Blair at ingrid.towns@gsa.gov. A response will not be provided to telephonic requests. All offers are to be submitted electronically only and the offers are due no later than 10 a.m. (EST) on January 12, 2017 to the following email address: ingrid.towns@gsa.gov. Late proposal submission will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPZ/GS-11P-17-YE-D-0001/listing.html)
 
Place of Performance
Address: General Service Administration, Regional Office Building, 301 7th Street, SW, Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN04341386-W 20161204/161202233849-ffe50e39dfdab6223ccee503a0e1d710 (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.