Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2010 FBO #3273
SOLICITATION NOTICE

S -- Janitorial Services, Herbert Hoover National Historic Site, West Branch, IA

Notice Date
11/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MWRO - Midwest Regional Office National Park Service601 Riverfront Drive Omaha NE 68102
 
ZIP Code
68102
 
Solicitation Number
N6470110002
 
Response Due
11/23/2010
 
Archive Date
11/8/2011
 
Point of Contact
Tonya M. Bradley Contracting Officer 4026611656 tonya_bradley@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, Streamlined solicitation for commercial items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2) The National Park Service contemplates award of a firm-fixed-price contract with 1 base year and 4 options years as a result of this combined synopsis/solicitation. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the proposal that provides the best value to the Government. Best value will be determined by using the trade-off process as listed in FAR Part 13. In determining best value, the following factors will be considered: 1) technical; 2) past performance; and 3) cost. Provide one page typed 12 pitch, single space paper describing how you will fulfill this scope of work with a back up plan for daily responsibilities. Provide 3 references of like projects, with contact, name of firm and telephone number and complete the price schedule found at the following website: http://www.nps.gov/heho/parkmgmt/loader.cfm?csModule=security/getfile&pageid=257514. Funds are currently available for the base period only. There is no guarantee that any contractor awarded the base will be awarded any option year period. The Government will consider use of the option period based on continued need for service, available funding and contractor performance. (3) The proposed contract is 100% set aside for small business concerns. All responsible small businesses may submit a proposal which shall be considered by the National Park Service (NPS). (4) This solicitation document and incorporated provisions and clause are those in effect through Federal Acquisition Circular 2005-46. (5) Solicitation number is N6470110002. This solicitation is issued as a request for proposal. (6) NAICS Code is 561720; Small business size standard is $16.5M. (7) This requirement consists of general janitorial services. The Contractor must provide all management, supervision, personnel, equipment, tools, materials, transportation and supplies necessary to perform the janitorial services at the Herbert Hoover National Historic Site, concerning the Visitor Center and Post Office complex as defined in the Scope of Work (SOW). The services requested must be in strict accordance with 1) industry standards and coeds; 2) Federal, State, and local regulations; 3) Federal environmental standards; and 4) OSHA regulations. The complete scope of work can be found at the following link: http://www.nps.gov/heho/parkmgmt/loader.cfm?csModule=security/getfile&pageid=257514 (8) Provisions and clauses noted below may be accessed at www.acquisition.gov (9) The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Aug 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (June 2010). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (July 2010), FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Representation (Apr 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (Aug 2009)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007)(E.O.11246), FAR 52.222-36 Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Jun 2008), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). FAR 52.222-41 Service Contract Act of 1965 (Nov 2007)Additional clauses incorporated in this acquisition by reference include: FAR 52.217-8 Option to extend services (NOV 1999). 52.217-9 Option to extend the term of the contract (MAR 2000). 52.232-19 Availability of funds for the next fiscal year. (April 1984), 52.237-03 Continuity of Service (January 1991), DIAPR COR/COTR Authorities and Delegations (May 2010), Executive Order 13513 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government While Driving (October 2009) All interested vendors are encouraged to attend our scheduled Site Visit on November 15 at 11:00 a.m. central time. If you are planning to attend, please email Tonya Bradley at tonya _bradley @nps.gov stating your intent to attend.The Service Contract Act of 1965 applies to this contract. Wage Determination Decision 2005-2203 is incorporated into this requirement. This decision can be view at the following website: http://www.nps.gov/heho/parkmgmt/loader.cfm?csModule=security/getfile&pageid=257514All proposal s and required documentation shall be submitted to the National Park Service, Midwest Regional Office, Attention Tonya Bradley, 601 Riverfront Drive, Omaha, NE 68102 no later than November 23 at 4:00 p.m. central time.Download Scope of Work, floor plan, floor plan legend and price schedule at: http://www.nps.gov/heho/parkmgmt/loader.cfm?csModule=security/getfile&pageid=257514 Contracting Office Address and contact information: National Park Service, MWR-MABO,601 Riverfront Drive,Omaha, NE 68102,POC: Tonya Bradley,V: 402-661-1656,F: 402-661-1657Email: tonya_bradley@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N6470110002/listing.html)
 
Place of Performance
Address: Herbert Hoover National Historic Site,
Zip Code: 523580607
 
Record
SN02323836-W 20101110/101108233830-c4e2ae5e1d0b123c7eafc969cf75aa46 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.