SOLICITATION NOTICE
S -- Custodial Services at Graham Burke Pumping Plant in Mellwood, Arkansas.
- Notice Date
- 2/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-11-Q-0004
- Response Due
- 2/15/2011
- Archive Date
- 4/16/2011
- Point of Contact
- Nicholas Aprea, 901-544-3119
- E-Mail Address
-
USACE District, Memphis
(nicholas.a.aprea@usace.army.mil)
- 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, 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format Subpart 12.6, 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. The requirement is 100% small business set aside, and the associated NAICS code is 561720. The size standard is $16.5 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance is a base year with four 12 month option years. The period of performance reads as follows: Base Year: 1 March 2011 - 29 February 2012, Option Year I: 1 March 2012 - 28 February 2013, Option Year II: 1 March 2013 - 28 February 2014, Option Year III: 1 March 2014 - 28 February 2015, Option Year IV: 1 March 2015 - 29 February 2016. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. This requirement is for Custodial Services at Graham Burke Pumping Plant in Mellwood, Arkansas. Questions pertaining to this requirement are due NLT 10 February 2011 at 2:00 pm CST. Questions shall be emailed to Celestine Evans (email listed below). The completed Request for Proposal (RFP) is due 15 February 2011 NLT 4:00 pm CST. The RFP will be emailed to Celestine.G.Evans@usace.army.mil. It is the sole responsibility of the offeror to review the FEDBIZOPPS site for any amendments or updates. No information or questions concerning this RFP or request for clarifications will be provided in response to telephone calls. Please see the attached Performance Work Statement for description of services. Request for Proposal (RFP) should be submitted and shall contain the following information: RFP Number; TIME SPECIFIED FOR RECEIPT OF OFFERORS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed proposals must indicate quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Proposal shall also contain the following all other documentation specified herein: 1. Technical Proposal which demonstrates an understanding of the requirement and describes the capabilities of their organization and any anticipated subcontractors to perform work in accordance with the Performance Work Statement (PWS). 2.Past Performance Proposal which includes recent and relevant contracts for same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). 3.Price Proposal. The offeror shall provide lump sum pricing for CLINS 0001, 1001, 2001, 3001, and 4001 of this Request for Proposal. EVALUATION/AWARD; IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the offeror whose proposal is judged to represent the lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation that will be most advantageous to the Government. Award will be made using the Lowest Price Technically Acceptable (LPTA). Offerors are urged to ensure that their proposals are submitted on the most favorable terms to reflect their best possible potential. Proposals should not contain classified data. Factor 1, Technical, will be rated using the following Adjectival Scale ADJECTIVAL - DEFINITION Acceptable - The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes strengths which significantly outweigh the weaknesses. The risk of unsuccessful performance is at least moderate, as the proposal solutions are feasible and practical. These solutions are further considered to reflect moderate risk in that they are clear and precise, fully supported, and demonstrate an understanding of the requirement. Unacceptable - The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has numerous weaknesses which outweigh the strengths. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions are further considered to reflect very high risk in that they lack clarity or precision, are unsupported, and do not demonstrate a complete understanding of the requirement. Factor 2, Past Performance, will be rated using the following Adjectival Scale ADJECTIVAL - DESCRIPTION Low Risk - Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Moderate Risk - Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. High Risk - Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. Unknown Risk - Little or no relevant performance record identifiable; equates to an unknown risk rating having no favorable or unfavorable evaluation significance. Factor 3 Price- Price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. No adjective ratings will be used to evaluate price. Submit your proposal in accordance with the following CLINs: CLIN 0001 Custodial Services (Base Year) 12 MOS $________________ CLIN 1001Custodial Services (Option Yr 1)12 MOS $________________ CLIN 2001Custodial Services (Option Yr 2)12 MOS $________________ CLIN 3001Custodial Services (Option Yr 3)12 MOS $________________ CLIN 4001Custodial Services (Option Yr 4)12 MOS $________________ Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation; FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-54 Employment Eligibility Verification; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); FAR 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 15 Feb 2010 no later than 4:00 PM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-11-Q-0004 addressed to Celestine Evans, email: celestine.g.evans@usace.army.mil, Fax (901) 544-3710. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-11-Q-0004/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN02373981-W 20110207/110205233029-434ed9b57b8cc3ecd1ce113d11087cb4 (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 |