SOLICITATION NOTICE
S -- USACE Norfolk District , Janitorial Services, South Hampton Roads Group 4 - Package #1
- Notice Date
- 9/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-15-T-0034
- Archive Date
- 9/25/2015
- Point of Contact
- Elandria M. Cameron, Phone: 7572017062
- E-Mail Address
-
elandria.m.cameron@usace.army.mil
(elandria.m.cameron@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule RFQ_SOW_Floor Plan_Wage Determination_ Locations This is a combined synopsis/solicitation for commercial services, reference number W91236-15-T-0034, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as authorized by FAR 13. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. Provisions incorporated herein are those in effect through Federal Acquisition Circular 2005-80 and DFARS Change Notice 26 February 2015. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/ and http://www.acq.osd.mil/dpap/dfars/index.htm. The successful offeror shall accept the binding order by written acceptance of the Standard Form (SF) 1449 prior to undertaking performance. This RFQ is issued as a 100% set-aside for small business concerns. The NAICS code is 561720, and the small business size standard is 18 million dollars. The Wage Determinations applicable to this solicitation is 05-2545, Rev 19, dated 12/22/2014. The U.S. Army Corps of Engineers has a requirement for janitorial services for military recruiting facilities throughout South Hampton Roads Virginia. The contract resulting from this solicitation will cover the following locations: Williamsburg - 5212-B Monticello Ave, 23188 Yorktown - 8100 George Washington Hwy, 23692 Suffolk - 148 Burnett Way, Units 101-103, 23434 Newport News - 14346 Warwick Blvd., #370, 23602 See the attached Bid Schedule and Location Detail documents for additional information regarding performance locations. Please see the attached Location Detail document for point of contact information. The proposed contract contains provisions for a Six (6) Months Period, and the contract is anticipated to start 21 September 2015. EVALUATION OF QUOTES: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation offers is the most advantageous to the Government by making comparative evaluations of Offers using price and other factors. The Government does however place a greater value on price than other factors. Quote Submission Requirements When submitting pricing for consideration, please provide a monthly rate and extended total for the Base Period and all applicable Option Periods on the Bid Schedule provided. Offerors who failure to provide a completed bid schedule for the base and all option years will not be considered for award Proposals submitted will be evaluated by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offerors shall provide the following company information: Company Name Address City State CAGE Code DUNS TIN Website Point of Contact Name Phone Email Clauses incorporated by Reference The following FAR provisions and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.203-3, Gratuities 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-7, System for Award Management 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-5, Evaluation of Options 52.217-8, Option To Extend Services 52.217-9, Option To Extend The Term Of The Contract 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.243-1, Alternate I Changes--Fixed Price 52.252-2, Clauses Incorporated By Reference 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment The above provisions and clauses can be found at http://farsite.hill.af.mil. In order to be eligible for award, firms must be registered in the System for Award Management (SAM). SAM may be accessed via the internet at https://www.sam.gov/portal/public/SAM/. Registration is free. This announcement will close and quotes are due by 12:00 PM (EST) 10 September 2015. Late quotes will be handled in accordance with 52.212-1(f). Signed and dated offers, to include a complete listing of all items, must be submitted to US Army Corps of Engineers, Norfolk District Contracting Office, Attn: Elandria M. Cameron, Phone (757) 201-7062, E-mail elandria.m.cameronl@usace.army.mil. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers shall be submitted via E-mail only. Interested Sources: Based on market research conducted, the following vendors have expressed an interest in this procurement: Interested Contractors POC Phone# Emails Lynn Oliver 404 951-4094 Dusktodawn Cleaning dusktodawn333@gmail.com Alexus Kearney 336 287-1710 Facility Services LLC facilityservicesllc@gmail.com Michael Kearns 972 279-3695 Prestige Commercial Cleaning Company prestigecommercialcleaningco@gmail.com Lavar Matthews 704 566-9003 GCS, LLC LMatthews@gcs-corp.net Leon Williams 757 778-5219 Serendipity Support Services serendipityservice6671@gmail.com Henry Darden 757 955-5628 HD Enterprises hd3enterprisesinc@gmail.com Tony Otey 804 612-3170 E C Management Services of Georgia, Inc. tony@ecworldonline.com Mike Brown 614 588-4115 Shining Company shiningcompany@wowway.com RC Simmons 832 768-9065 Libra Management Solutions info@lmstx.com Lena Scott 818 292-2460 DNS Solutions lscott@dnssolutionsite.com Attachments: 1. Performance Work Statement (PWS) (Specification 1) 2. Location Detail 3. Pricing Schedule 4. Wage Determination 05-2545
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-15-T-0034/listing.html)
- Place of Performance
- Address: USACE Norfolk District, Janitorial Services, South Hampton Roads Group 4, Virginia, United States
- Record
- SN03867642-W 20150904/150902235504-06b4299dd1135beaf436b169bcda438d (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 |