Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2017 FBO #5869
SOLICITATION NOTICE

S -- Janitorial Services Bitterroot NF Stevensville RD - QASP - Schedule of Items - Q & A No. 1 - DOL Wage Determination - Experience Questionnaire - Combined Synopsis/Solicitation

Notice Date
12/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Forest Service - R-1 Northern Region
 
ZIP Code
00000
 
Solicitation Number
12034318Q0018
 
Archive Date
1/17/2018
 
Point of Contact
Martha Bowland, Phone: 4063637128, Tina D Kelly, Phone: 406-329-3845
 
E-Mail Address
mbowland@fs.fed.us, tinakelly@fs.fed.us
(mbowland@fs.fed.us, tinakelly@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Complete Combined Synopsis/Solicitation Experience Questionnaire DOL Wage Determination No.: 2015-5402 Revision No.:3 Date of Revision: 08/03/2017 Questions & Answers No. 1 Schedule of Items - required for quoting prices Quality Assurance Surveillance Plan This is a combined synopsis/solicitation for a commercial service item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 12034318Q0018 is issued as a Request for Quotation (RFQ). The awarded contract will be a firm fixed price contract. The Western Montana Acquisition Zone (WMAZ) serves as the Forest Service contracting office for Western Montana and is located in Building 24, Fort Missoula, Missoula, Montana 59804. The Bitterroot National Forest has a requirement for janitorial services for the Stevensville Ranger District administration building and fire warehouse. The buildings are located at 88 Main Street, Stevensville, Montana. The contractor shall provide all management, labor, tools, equipment, cleaning supplies and incidentals necessary to ensure that custodial services are performed in accordance with the solicitation requirements. The area to be cleaned is approximately 5,230 square feet divided into 2 separate buildings occupying one location. This acquisition is a 100% Small Business set-aside. The applicable NAICS code is 561720- Janitorial Services. The corresponding size standard is $18 million. Offerors will be evaluated on price, technical capability (experience), incorporation of bio-based cleaning products, and past performance. The Contract will be awarded to the offeror whose submittal, in compliance with the solicitation, is the best value to the Government. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offers submitted shall include past performance information, technical experience information (complete Experience Questionaire or provide same information), Quality Control Plan and Safety Plan, a list of bio-based supplies/cleaning products and describe how you have incorportated their use into your operations, as well as contract pricing (complete Schedule of Items). Provide references for similar work during the past three years. In addition, offerors will include with their offer a completed copy of the FAR provision 52.212-3, Offer Representations and Certifications - Commercial Items: proof of registration in sam.gov and your active Duns number. SUMMARY OF WORK Base Year: Stevensville R.D. Administration building, February 1, 2018 through January 31, 2019 Base Year: Stevensville R.D. Fire Warehouse, April 1, 2018 through October 31, 2018 Option Year 1: Stevensville R.D. Administration building, February 1, 2019 through January 31, 2020 Option Year 1: Stevensville R.D. Fire Warehouse, April 1, 2019 through October 31, 2019 Option Year 2: Stevensville R.D. Administration building, February 1, 2020 through January 31, 2021 Option Year 2: Stevenville R.D. Fire Warehouse, April 1, 20120 through October 31, 2020 Option Year 3: Stevensville R.D. Administration building, February 1, 2021 through January 31, 2022 Option Year 3: Stevenville R.D. Fire Warehouse, April 1, 2021 through October 31, 2021 PLACE OF CONTRACT PERFORMANCE The work is located at the Stevensville Ranger District in Stevensville, Ravalli County, Montana, located at 88 Main Street. CONTRACT PERIOD OF PERFORMANCE The period of performance of this contract is from February 1, 2018 through January 31, 2022. All responsible sources may submit an offer which will be considered by the government. Prospective contractors must be registered in the System for Award Management (SAM) prior to award of a contract. Lack of registration in the SAM Database will render an offeror ineligible for award. SAM replaced the Central Contractor Registration (CCR) Database. Offerors may obtain information on registration and annual confirmation requirements via the internet at: https://www.sam.gov/portal/public/SAM/ Quotes must be received by January 2, 2018 at noon. Mountain Standard Time at the Bitterroot National Forest, 1801 N 1st Street, Hamilton, MT Attn: Marti Bowland. mbowland@fs.fed.us Only emailed quotes will be accepted. It is your responsibility to confirm that your quote has been received. Please include your email address. •See Attachment: Schedule of Items NOTE TO OFFEROR/PRICE SCHEDULE/STATEMENT OF WORK 1. NOTE TO OFFEROR: In order for an offeror to have a complete quotation package, the following must be submitted to the Contracting Officer to be considered responsive. 1. You must provide pricing for all line items. a. Provide pricing on the attached Schedule of Items. Confirm your mathematics. 2. To be eligible for an award you MUST be registered as a small business in the NAICS in the System for Award Management (SAM) at www.sam.gov Please provide you DUNS number and verification of registration in the SAM system. 3. Past Performance References with previous contracts similar scope of work 5. Experience Questionaire: include experience in janitorial services and the use of bio-based products in janitorial contracts 6. Quality Control Plan 7. Safety Plan... and any other requirement of this Solicitation. You may email your completed quotation to: mbowland@fs.fed.us Attachments: Experience Questionnaire For questions please email Marti Bowland: mbowland@fs.fed.us Please review attachment: A & A No. 1 - for most common vendor questions and answers Please see attachment: Combined Synopsis/Solicitation 120343Q180018 to review complete solicitation Please see attachment: Schedule of Items to use to quote pricing Please see attachment: DOL Wage Determination Please see attachment: Experience Questionnaire Please see attachment: QASP - Quality Assurance Surveillance Plan Please see attachment: Q & A No.1 for common questions and answers
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/343/12034318Q0018/listing.html)
 
Place of Performance
Address: 88 Main Street, Stevensville, Montana, 59870, United States
Zip Code: 59870
 
Record
SN04769064-W 20171218/171216230046-8edcce9027faca30a4ba1912003e295c (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.