Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
SOLICITATION NOTICE

Z -- Hale Boggs Federal Building and Courthouse Exterior Cleaning - Performance Work Statement

Notice Date
9/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
GS-07P-15-JU-C-0069
 
Archive Date
10/7/2015
 
Point of Contact
Matthew A. Phillips, Phone: 8179780295
 
E-Mail Address
matthew.phillips@gsa.gov
(matthew.phillips@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Offerors Submittal Format PWS 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. Notice Type: Combined Synopsis/Solicitation 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. Solicitation Number GS-07P-15-JU-C-0069, Hale Boggs Federal Building and Courthouse Exterior Cleaning. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as suppThis 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. Notice Type: Combined Synopsis/Solicitation 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. Solicitation Number GS-07P-15-JU-C-0069, Hale Boggs Federal Building and Courthouse Exterior Cleaning. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation 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 requirement is to furnish all labor, supervision, equipment, and material (unless otherwise noted) to clean all exterior surfaces of the Hale Boggs Federal Building and Courthouse located in New Orleans, LA (excluding door and window glazing frames, and roofing) and associated planters, bollards, enclosures, stairs, and exterior concrete paving. The associated NAICS code for this requirement is 561790, with a size standard of $7.5M. This acquisition will be conducted utilizing full and open competition. The Government intends to award a firm-fixed price contract from this solicitation. The period of performance shall begin upon issuance of the Notice to Proceed (NTP) from the GSA Contracting Officer (CO). All work shall be completed within 30 days of issuance of NTP. PART I - INSTRUCTIONS TO OFFERORS: In accordance With FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this acquisition the following is the addenda to this clause. The Government intends to evaluate offers without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. Questions pertaining to this requirement are due no later than Thursday, September 17, 1:00 PM CDT. Questions shall be emailed to the Contracting Officer, Matthew Phillips at matthew.phillips@gsa.gov. Completed proposals are due Tuesday, September 22, 2015 at 5:00 p.m. CDT. Proposals shall be emailed to matthew.phillips@gsa.gov. Please make sure to include the Solicitation number GS-07P-15-JU-C-0069 in the Subject Line of your email. It's the sole responsibility of the offeror to review the FEDBIZOPPS.gov website for any amendments or updates. No information, answers to questions concerning this Request for Proposal (RFP) will be provided via telephone. Please see the attached Performance Work Statement (PWS) and supporting documentation for description of services. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for at least 30 calendar days from the date specified for receipt of proposals, unless another time period is specified in an amendment to the combined synopsis/solicitation. LATE OFFERS: Proposals or modification of proposals received at the address specified for the receipt of proposals after the exact time specified for receipt of proposals WILL NOT be considered. Contractors must be actively registered with System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. PROPOSAL SUBMISSION. The offeror shall submit proposals in electronic format as attachments via email files and shall not contain classified data or hyperlinks or self extracting files. The offeror shall submit its offer based on the Offerors Submittal Format, attached for this requirement. All offerors must be actively registered with System for Award Management (SAM). The listed Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.215-1 Instructions to Offerors-Competitive Acquisition; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certification; FAR 52.237-1 Site Visit; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.203-2 Certificate of Independent Price Determination; FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.204-5 Women-Owned Business (Other Than Small Business); FAR 52.204-8 Annual Representations and Certifications; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-5 Certification Regarding Responsibility Matters; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.216-1 Type of Contract; FAR 52.219-1 Small Business Program Representations; FAR 52.219-2 Equal Low Bids; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.233-2 Service of Protest; FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-6 Alternate I; FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; FAR 52.203-14 Display of Hotline Poster(s); FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of WHistleblower Rights; FAR 52.204-4 Printed or Copies Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19; Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.215-2 Audit and Records-Negotiation; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages Under Executive Order 13658; FAR 52.223-5 Pollution Prevention and Right-to-Know Information; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.227-1 Authorization and Consent; FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement; FAR 52.228-5 Insurance-Work on a Government Installation; FAR 52.232-11 Extras; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-1 Disputes; FAR 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.242-13 Bankruptcy, FAR 52.244-5 Competition in Subcontracting; FAR 52.246-4 Inspection of Services-Fixed-Price; FAR 52.246-25 Limitation of Liability-Services; FAR 52.253-1 Computer Generated Forms; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.213-1 Fast Payment Procedure; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; GSAR 552.212-71 Contract Terms and Conditions Applicable to GSA Acquisition of Commercial Items. All FAR Clauses may be viewed in full text via the internet at http://www.acquisition.gov. Place of Performance: Hale Boggs Federal Building and Courthouse (GSA Bldg. No. LA0085ZZ), 500 Poydras St., New Orleans, LA 70113.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-15-JU-C-0069/listing.html)
 
Place of Performance
Address: 500 Poydras St., New Orleans, Louisiana, 70113, United States
Zip Code: 70113
 
Record
SN03883040-W 20150913/150912000350-892834d44c03728e080e5b52d4a597b7 (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.