SOLICITATION NOTICE
S -- Custodial Support Services - Package #1 - Package #2 - Package #3 - Package #4 - Package #5 - Package #6 - Package #7
- Notice Date
- 12/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- HHM402-12-R-0020
- Point of Contact
- Stephen E. Lee, Phone: 703-231-2816, Hakim H Shakir, Phone: 202-231-6469
- E-Mail Address
-
stephen.lee@dia.mil, hakim.shakir@dia.mil
(stephen.lee@dia.mil, hakim.shakir@dia.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Addendum E - Evaluation Factors for Award Addendum C - Statement of Work - SOW Addendum F - DRAFT DD254 - Security Addendum B - Letter of Intent - Site Visit Request Addendum D - Instruction to Offeror Addendum A - Requirement Level Of Effort - Pricing Table Addendum G - Combined Synopsis and Solicitation 1. This combined synopsis/solicitation is issued as a Request for Proposals and any incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. The Virginia Contracting Activity is seeking a Small Business to provide Janitorial Support Services as outlined in the attached Addendum C Statement of Work. 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. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 2. For purposes of this solicitation, applicable clauses and provisions are provided. Due to the detailed nature of the description for these services, the Statement of Work describing these services has been uploaded in this notice. 3. Offerors proposals submitted for this acquisition will be evaluated based on the evaluation criteria uploaded in this notice under Addendum D and FAR 52.212-1 Instruction to offerors - competitive acquisition (June 2008). 4. This acquisition is a 100 percent Set-Aside for Small Business. The NAICS code is 561720. 5. The following clauses and provisions are applicable to this solicitation/synopsis: The clause at FAR 52.212-1, Instructions to Offerors-Commercial (June 2008). The clause at FAR 52.212-2, Evaluation-Commercial Items (JAN 1999). The clause at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2011). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010). The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AFR 2011). The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2011). Other FAR/DFARS clauses (indicated by reference) applicable to this solicitation follow: FAR 52.217-8, 52,217-9, 52.219-1, 52.233-4, 52.252-1, DFARS 252.204-7000, 252.201-7000, 252.204-7003, 252.212-7001, 252.232-7010, 252.243-7001, and 252.211-7003. 6. The clause at DFARS 252.212-7000 - Offeror Representations and Certifications-Commercial Items, offerors are instructed to submit a completed copy of the provision at 52.212-3, Offeror Representation and Certifications-Commercial Items with its proposal. 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 and provide the copy obtained from the site. 7. This combined solicitation/synopsis is for acquisition of the following services: Janitorial Support Services. a. Description of requirements is as follows: The Janitorial Support Service contract will provide all labor, management, supervision, tools, material, and equipment required to perform custodial/janitorial support services at the Defense Intelligence Analysis Center (DIAC), DIDAC expansion (DIAC-E), Remote Delivery Facility (RDF), fitness center and equipment, and up to 100 feet around all DIA buildings on Joint Bases Anacostia Bolling to include loading docks, parking garages, security officer shelters and bus shelters. The Statement of Work will provide further details of this requirement. Estimate Period of Performance: Base Period: 20 March 2012- 19 March 2013; Opt One: 20 March 2013 - 19 March 2014; Opt Two: 20 March 2014 - 19 March 2015; Opt Three: 20 March 2015- 19 March 2016; Opt Four: 20 March 2016 - 19 March 2017. See Schedule for requirement line items uploaded with this notice. Offerors are instructed to complete all line items. 8. The offeror submitting a proposal resulting from this combined synopsis/solicitation must follow Addendum to 52.212-1 Instructions to Offerors-Commercial Items (June 2008) and 52.212-2 Evaluation-Commercial Items (Jan 1999). 9. Proposals are required to be received in the contracting office no later than 2:00 pm; 19 January 2012 by mail as directed in the instructions. 10. Letter of Intent and Questions regarding this solicitation email to NEDIAC_CSS2012@dodiis.mil, on or before and no later than 1200 EST, January 05, 2012. 11. Addendum A Tabs 1-5 represents Level Of Effort stipulated in SOW. 12. Interested parties shall provide initial response to this announcement by using Addendum B Letter of Intent. Also included in Addendum B a request for offeror POC information for a Site Visit for no more than 3 company representatives. Interested parties shall provide representative Legal Full Name, level of active clearance if any, email and telephone number and Driver’s License number for security to process building access. **IMPORTANT** - READ ALL ADDENDUMS A THROUGH G.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-12-R-0020/listing.html)
- Place of Performance
- Address: Joint Base Anacostia-Bolling, District of Columbia, United States
- Record
- SN02647252-W 20120101/111230233618-cfd44126ca6f084577d4f54a0a541933 (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 |