Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

S -- OPTION - Janitorial @ NAS JAX

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
1331 Pennslyvania Ave, Washington, DC 20229
 
ZIP Code
20229
 
Solicitation Number
20099917
 
Response Due
3/14/2018
 
Archive Date
9/10/2018
 
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 20099917 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 2005-97. 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 2018-03-14 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/01/2018 - 03/31/2019 LI 001: Janitorial Services-FY18 @ NAS JAX (***See attached SOW for details***) VISIT WWW.FEDBID.COM for attachments and placing a bid. Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 002: All Bidders must bid $10,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $10,000.00 FedBid will update this after the solicitation has closed so it reflects $10,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; Option 1 Period of Performance: 04/01/2019 - 03/31/2020 LI 001: Janitorial Services-FY19 @ NAS JAX (***See attached SOW for details***) VISIT WWW.FEDBID.COM for attachments and placing a bid. Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 002: All Bidders must bid $10,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $10,000.00 FedBid will update this after the solicitation has closed so it reflects $10,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; Option 2 Period of Performance: 04/01/2020 - 03/31/2021 LI 001: Janitorial Services-FY20 @ NAS JAX (***See attached SOW for details***) VISIT WWW.FEDBID.COM for attachments and placing a bid. Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 002: All Bidders must bid $10,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $10,000.00 FedBid will update this after the solicitation has closed so it reflects $10,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; Option 3 Period of Performance: 04/01/2021 - 03/31/2022 LI 001: Janitorial Services-FY21 Deming Air Unit(***See attached SOW for details***) VISIT WWW.FEDBID.COM for attachments and placing a bid. Vendors must attend site visit (Information found in the bid terms) in order to be considered for award. Please indicate the proposed number of hours per month for the work in your bid description or a separate attachment., 12, MO; LI 002: All Bidders must bid $10,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $10,000.00 FedBid will update this after the solicitation has closed so it reflects $10,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; Option 4 Period of Performance: 04/01/2022 - 03/31/2023 LI 001: Janitorial Services-FY22 @ NAS JAX (***See attached SOW for details***) VISIT WWW.FEDBID.COM for attachments and placing a bid. Vendors shall attend site visit (Information found in the bid terms) in order to be considered for award., 12, MO; LI 002: All Bidders must bid $10,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $10,000.00 FedBid will update this after the solicitation has closed so it reflects $10,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract., 1, au; 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, DHS Customs and Border Protection (CBP) 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. DHS Customs and Border Protection (CBP) 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. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. In order to submit an accurate bid and see the full site and everything documented in the SOW, sellers shall attend the Site Visit. The site visit is on Monday March 5, 2018 at 9:00 AM ET. Any seller that wishes to attend is required to RSVP no later than Wednesday February 28, 2018 at 3:00 PM ET so that clearance from NAS JAX can be obtained. In order to RSVP (to obtain base access to participate in the site visit) sellers MUST notify FedBid that they will attend AND send an email to john.fales@dhs.gov with the attendee's name, company, home address, and social security number along with the 2 completed attachments to this buy called SITE VISIT 1 & SITE VISIT 2. Please also be sure to CC the contract specialist on this email john.fales@dhs.gov. FedBid will provide a list of all attendees who plan to attend which will be checked against the list of those who submit the required documents on time as required for attendance. There will be no verbal Q&A at the site visit. All questions about anything seen at the site visit or in the SOW must be sent through the FedBid system for documentation to ensure all bidders have the Q&A. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide the required NON-PRICING responses to include a technical proposal documenting compliance with all minimum requirements listed in the SOW. This must be received no later than the closing date and time for this solicitation. Submissions shall be documented as an attachment, or in the bid detail, or can be sent to clientservices@fedbid.com. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). All Questions must be submitted by Friday, April 15, 2016 at 4:00 PM EST so answers can be provided before the close of the solicitation. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. 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. 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 https://www.acquisition.gov/far/. 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. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. All personnel that will be working on site must be cleared by having a Department of Homeland Security clearance. Contractors must have employees that can pass the clearance and a plan in place to replace employees if they are found unsuitable after the completion of the background investigation. 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 within 30 days. (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; 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 60 Months. Funds are not presently available for performance under this contract. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. See attachment for full details. Please indicate the proposed number of hours per month for the work in your bid description or a separate attachment. See attachment for full details. Contractor Use of Mandatory Sources of Supply or Services (May 2014) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase from People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind (NIB) 1310 Braddock Place Alexandria, VA 22314-1691 (703) 310-0500; and (2) NISH 8401 Old Courthouse Road Vienna, VA 22182 (571) 226-4660. 52.223-1 Biobased Product Certification, 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts,52.223-3 Hazardous Material Identification and Material Safety Data,52.223-4 Recovered Material Certification, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace,52.223-7 Notice of Radioactive Materials, 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items, 52.223-10 Waste Reduction Program, 52.223-11 Ozone-Depleting Substances See attachment for full details. In order for a seller to be considered responsive please submit three (3) completed past performance questionnaires (preferably government contracts) to the Contract Specialist by email at john.fales@cbp.dhs.gov by the closing date and time of this solicitation. If you cannot email the questionnaires please contact ClientServices at 1-877-9FEDBID 24 hours prior to the closing time of this buy. Failure to submit this information per the instructions above will result in a non responsive bid. If your company does not have past performance please provide that information via email to the Contract Specialist, caitlin.m.jenkins@cbp.dhs.gov See attachment for full clause details. Also, the WDOL Wage Determination for Luna County, New Mexico indicates the "janitor" occupation must make at least $9.02 per hour. The "gardener" occupation listed must make at least $12.04 per hour. However, the "janitor" occupation is a lower wage rate than the Executive Order wage amount. Per the Executive Order (EO) 13658, an hourly minimum wage of $10.15 is required. The health and welfare benefits are $4.27 per hour or $170.80 per week or $740.13 per month. Please reference the wage determination attachment for further information. All Bidders must bid $10,000.00 on Line items for supplies since these are cost reimbursable lines and cannot be reduced. These line items will be utilized for reimbursement of allowable supplies that are listed in the attached SOW. If the amount is not entered as $10,000.00 FedBid will update this after the solicitation has closed so it reflects $10,000.00 in your bid. These funds will ONLY be used for the supplies utilized under this contract, and invoices will only be paid upon CBP confirming the supplies are correct for use under the contract. All equipment purchases must be authorized by CBP before the purchase is made. For each year, this will be Line Item 2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20099917/listing.html)
 
Place of Performance
Address: , null null
Zip Code: null
 
Record
SN04845817-W 20180309/180307231410-f1c292ea23015ce9266d244a8d4fc75e (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.