SOLICITATION NOTICE
S -- Janitorial Services for Albuquerque WFO New Mexico - WORD DOC FOR QUOTE
- Notice Date
- 11/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NWWP9250-11-01883SRG
- Archive Date
- 12/17/2010
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMPLETE PACKAGE IN PDF WORD DOCUMENT FOR ENTRY OF QUOTES. COMBINED SYNOPSIS/SOLICITATION Janitorial Services for Albuquerque WFO New Mexico (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWP9250-11-01883SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561720. The small business size standard is $16.5. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for Albuquerque WFO New Mexico in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year I; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for Albuquerque WFO New Mexico in accordance with the statement of work for the period of twelve months. CLIN 2001 - Option Year II; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for Albuquerque WFO New Mexico in accordance with the statement of work for the period of twelve months. CLIN 3001 - Option Year III; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for Albuquerque WFO New Mexico in accordance with the statement of work for the period of twelve months. CLIN 4001 - Option Year IV; Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for Albuquerque WFO New Mexico in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work which applies to Base Year, Option Year I-IV, 52.212-3 Offer Representations and Certifications-Commercial Items, and Wage Rates WD 05-2361 (Rev. - 11) was first posted on www.wdol.gov on 08/10/2010. (VII) Period of performance shall be: Base Year for a twelve month period 2/1/11 through 1/31/12 Option Period I for a twelve month period 2/1/12 through 1/31/13, if the Government exercises. Option Period II for a twelve month period 2/1/13 through 1/31/14, if the Government exercises. Option Period III for a twelve month period 2/1/14 through 1/31/15, if the Government exercises. Option Period IV for a twelve month period 2/1/15 through 1/31/16, if the Government exercises. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall included at least two references including the phone number, full address and email (if available) and contractor's past performance will be based on responsiveness, quality, and customer services and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (31) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (32) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2009) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) and 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-5, Evaluation of Options (July 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.223-1, Biobased Product Certification. (Dec 2007) 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 52.223-10, Waste Reduction Program (Aug 2000) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.237-1, Site Visit (Apr 194) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Goes Active March 1, 2011) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.214-70, Pre-Bid. The Government is planning a Site Visit on Friday, December 9, 2010 by 10 a.m. Albuquerque WFO New Mexico, 2341 Clark Carr Loop SE, Albuquerque, NM 87106-5633 local time. To be considered for award, all vendors except the incumbent vendor, are required to attend the Site Visit. To request to be included in this, please call David Jenkins at 505-244-9150 Ext. 260. Subsequent to the Site Visit, an amendment containing the questions and answers will be made available via Fedbizops modifications on the internet. 1352.215-72, Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 within 24 hours after the Site Visit. Mountain Standard Time before the close of the Request For Quote. All responses to the questions will be made in writing and included in an amendment to the solicitation. 1352.237-71, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (Mar 2010), is attached in full text with the statement of work. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. Mountain Standard Time on December 16, 2010. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWP9250-11-01883SRG/listing.html)
- Place of Performance
- Address: NATIONAL WEATHER SERVICE OFFICE, 2341 CLARK CARR LOOP SE, ALBUQUERQUE, New Mexico, 87106-5633, United States
- Zip Code: 87106-5633
- Zip Code: 87106-5633
- Record
- SN02332393-W 20101125/101123234100-824694af09d25c66e66567f2bc6c7e09 (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 |