Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2012 FBO #3932
SPECIAL NOTICE

S -- Combined Synopsis and Solicitation - F12PS01092

Notice Date
8/28/2012
 
Notice Type
Special Notice
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GE300 WESTGATE CENTER DRIVEHADLEYMA01035-9589US
 
ZIP Code
00000
 
Solicitation Number
F12PS01092
 
Point of Contact
Wendell Haire
 
E-Mail Address
wendell_haire@fws.gov
(wendell_haire@fws.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information include in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. This Request for Quotation (RFQ) is issued for the janitorial cleaning of the following locations at the Parker River National Wildlife Refuge (NWR) located in Newburyport, MA 01950: Location No. 1: Headquarters / Visitor Center; and Location No. 2: Visitor Contact Station, and two (2) Public Restrooms at Parking Lot 1 (Sub-HQ and Hellcat). It is anticipated that the eventual award shall be for a Fixed Price Contract, with one (1) Base Year (10/01/12 through 09/30/13), with four (4) possible Option Years (10/01/13 through 09/30/14, 10/01/14 through 09/30/15, (10/01/15 through 09/30/16, and 10/01/16 through 09/30/17). The following commercial clauses will be incorporated into the contract for this work and are in effect through Federal Acquisition Circular (FAC) 2005-60, dated Jul. 26, 2012: 52.204-7, Central Contractor Registration (FEB 2012); 52-204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52-204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012); 52-209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010); 52-212-1, Instructions to Offerors - Commercial Items (FEB 2012); 52-212-3, Offeror Representations and Certifications - Commercial Items (APR 2012) (to be completed and returned with the offer; 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2012); 52-217-8, Option to Extend Services (NOV 1999); 52-217-9, Option to Extend the Term of the Contract (MAR 2000); 52-219-6, Notice of Total Small Business Set-Aside (NOV 2011); 52-219-28, Post Award Small Business Program Representation (APR 2012); 52-222-3, Convict Labor (JUNE 2003); 52-222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012); 52-222-21, Prohibition of Segregated Facilities (FEB 1999); 52-222-26, Equal Opportunity (MAR 2007); 52-222-36, Affirmative Action for Workers with Disabilities (OCT 2010); 52-222-41, Service Contract Act of 1965 (NOV 2007); 52-222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-1, Biobased Product Certification (MAY 2012); 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (JUL 2012); 52.223-4, Recovered Material Certification (MAY 2008); 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Items (MAY 2008); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007); 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (MAY 2008); 52-223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52-225-1, Buy American Act - Supplies (FEB 2009); 52-232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002); 52-232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003); 52.232-36, Payment by Third Party (FEB 2010); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52-252-2, Clauses Incorporated by Reference (FEB 1998).DOI ELECTRONIC INVOICING, Electronic Invoicing and Payment Requirements - Internet Payment Platform (IPP) (SEPT 2011). Clauses are available for download or review at: https://www.acquisition.gov/FAR/ or contact: Wendell Haire at (413) 253-8531. This Request for Quotation (RFQ) is being issued as a 100% SMALL BUSINESS SET-ASIDE under FAR Subpart 19.502-2. The North America Industry Classification System (NAICS) code is 561720 with a small business size standard of $ 16.5 million dollars. The Service Contract Act is incorporated into this RFQ and will apply to this work, and U. S. Department of Labor Wage Determination No. 05-2257 (Rev.-16) is applicable. The work will be performed according to the following schedule (please refer to Scope of Work [Pgs. 3 - 5 of this Combined Synopsis and Solicitation] for more information): Site #1: Three (3) days per week (Monday, Wednesday and Friday), between the hours of 7 am and 12 pm (noontime), twelve (12) months of the year (October through September). Site #2: Peak season (May 1st through October 31st): Three (3) days per week (Monday, Wednesday and Friday), in the morning after sunrise anytime after the Refuge entrance gate is opened. Off season (Nov. 1st through April 30th): One (1) day per week (either Monday or Friday), in the morning after sunrise anytime after the Refuge entrance gate is opened. Eventual award will be made to a small business, who registered with SAM (System for Award Management) (formerly CCR [Central Contractor Registration]). Registration may be done on-line at: https://www.uscontractorregistration.com/ Any vendor receiving an award will be required to be set up for EFT (electronic funds transfer). The Closing Response Date (the date RFQs are due) is: Wednesday, Sept. 12, 2012 at 2:00 pm local time. Please return all quotes to: Wendell G. Haire, Purchasing Agent, Contracting and General Services (CGS), U.S. Fish and Wildlife Service, 300 Westgate Center Drive, Hadley, MA 01035-9589. The following two (2) sections are required when submitting RFQ responses: 1. All applicable sections within Provision 52.212-3 Offeror Representations and Certifications - Commercial Items (FEB 2012). NOTE: If your company is registered in SAM and has completed the Reps and Certs section of SAM (formerly ORCA - Online Representation and Certification Application), then this section is NOT required to be filled out and submitted. 2. Completely fill out and submit the QUOTE SCHEDULE that is contained within this RFQ (Pgs. 6 8 of this Combined Synopsis and Solicitation). RFQ responses may be returned via U. S. Mail to the address above, or via email to the following email address: wendell_haire@fws.gov PLEASE NOTE: All offerers are encouraged to inspect the site where the work will be performed. A site visit is scheduled for Wednesday, Sept. 5, 2012 pm at the Parker River NWR Headquarters Building, at 6 Plum Island Turnpike, Newburyport, MA 01950. Pre-registration is encouraged and can be done by contacting Frank Drauszewski, Deputy Refuge Manager, or Martha Parmenter, Administrative Officer at the Refuge, by calling (978) 465-5753, or emailing Ms. Parmenter at martha_parmenter@fws.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PS01092/listing.html)
 
Record
SN02858745-W 20120830/120829000642-0789972950769003aae10418de51ef19 (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.