SOLICITATION NOTICE
S -- Janitorial Services - Entiat Ranger District - AG05G1S160035
- Notice Date
- 1/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan-Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801, United States
- ZIP Code
- 98801
- Solicitation Number
- AG-05G1-S-16-0035
- Archive Date
- 2/5/2016
- Point of Contact
- Aaron Kretzer, Phone: 5096847134
- E-Mail Address
-
akretzer@fs.fed.us
(akretzer@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- SF-1449, Schedule of Items, Clauses, Terms and Conditions, Specifications, Statement of Work, Representations, Evaluation Criteria and Attachments to 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; quotes are being requested. Solicitation document AG05G1S160035 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85-1, dated 01/04/2016. This is 100 percent set-aside for small businesses under NAICS code 561720 and the small business size standard is $18.0 Million. SCHEDULE OF ITEMS: Base plus three (3) Option Years See attachment AG05G1S160035, page 4. LOCATION OF WORK: Delivery shall be FOB destination to: Okanogan-Wenatchee National Forest, Entiat Ranger District 2108 Entiat Way Entiat, WA. 98822 STATEMENTS OF WORK: The Contractor shall provide any and all labor, equipment, supplies (except government-furnished), services, permits, and license necessary to perform janitorial services for the Entiat Ranger Station. The Contractor shall at all times provide adequate supervision of employees ensuring all work is accomplished in accordance with the terms and conditions of the contract in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance. This work statement consists of completing the tasks to the standards in Section V and VII. The contract will commence approximately February 1, 2016 and continue through January 31, 2017 with three additional option years. Hours of Operation: Services shall be performed two times a week between the hours of 1800 (6:00 p.m.) and 0600 (6:00 a.m.); one cleaning over the weekend or early Monday morning; a second cleaning Wednesday or Thursday night so as not to interfere with regular Government business hours. Performance outside the above hours requires approval by the Government. Contractor Furnished Items and Services: See Performance Work Statement section of attachment AG05G1S160035 Applicable clauses and provisions: See attachment AG05G1S160035 FAR 52.212-2Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance 2. Technical Capability 3. Experience and Qualifications 4. Quality Control Plan 5. Use of Biobased Products The evaluation factors are generally more important than price, provided the price is determined to be fair and reasonable by the Contracting Officer. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept a quote (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Contractor Evaluation Questions Both on the Experience Questionnaire Form or on a separate document; address the five evaluation criteria questions below and include your response with the Contractor Packet to Return. 1. CONTRACTOR'S PAST PERFORMANCE HISTORY Provide the number of years this specific entity has been doing this type of work. If part of the experience period was doing business under a different business name, identify that business and period separately. Provide a listing of your projects for the past three-year period that most closely relate to this type of work. Include the dates of performance, the company name, the name of contact person, and their telephone number. References will be contacted. 2. CONTRACTOR'S TECHNICAL CAPABILITY Provide a listing of your in-house capabilities and the work you intend to subcontract. Include a list supplies, tools and/or equipment you intend to use. 3. EXPERIENCE AND QUALIFICATIONS Explain who is going to perform the work, their skill level and classification. How many years of experience each person has that is assigned to this project. Provide your estimate of hours to complete the work required by the Specifications, and how many persons will be accomplishing the work in a given work day. Also include the experience of any subcontractors you intend to use and provide their company name and address. If you have failed to complete any project in the last three-year period, provide any information regarding the cause or remedy of that particular situation. 4. QUALITY CONTROL PLAN AND PROPOSED WORK SCHEDULE Offerors shall submit their Quality Control Plan (QCP) and proposed work schedule showing how they intend to meet Government performance standards for each task and subtask associated with this contract. See page 9 for a list of objectives the QCP should contain. The Quality Control Plan (QCP) should recognize the responsibility of the Contractor to carry out its quality control obligations and contain measurable inspection and acceptance criteria corresponding to the Statement of Work (SOW). The QCP should focus on the level of performance required by the SOW, rather than the methodology used by the contractor to achieve that level of performance. 5. USE OF BIOBASED PRODUCTS As required by FAR 52.223-2, biobased products must be used in performance of this contract. Contractor shall describe current or past performance experience with the use of biobased products. For the purposes of this contract, the Contractor shall include a list of products intended for use on this contract. Identify each product's biobased content percentage and the product's intended use. SUBMIT FOR REVIEW Quotes should be submitted by the date and time specified in Block (8) of the SF-1449 and delivered to Aaron Kretzer electronically by one of the following methods: 1. Fax to 1-888-489-2655 2. Email to akretzer@fs.fed.us Submit the Following: 1. Completed SF-1449 Form 2. Completed Schedule of Items 3. Completed Response to Evaluation Questions, using either the a. Experience Questionnaire Form attached, or b. Separate document of the quoters choosing 4. Offer Representation and Certification, paragraph (b). (Required when making certifications applicable to this RFQ that are different than the entity's SAM profile) FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation FAR 52.237-1 Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit can be scheduled by contacting Terri Halstead at 509-784-4612. Please contact Terri during the hours of 8:00 a.m. and 3:30 p.m. Monday through Friday for a site visit appointment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05G1-S-16-0035/listing.html)
- Place of Performance
- Address: Okanogan-Wenatchee National Forest, Entiat Ranger District, 2108 Entiat Way, Entiat, Washington, 98822, United States
- Zip Code: 98822
- Zip Code: 98822
- Record
- SN03988885-W 20160114/160112234440-9a617f9e182830e6a05b88a3b1b253ee (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 |