Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
SOLICITATION NOTICE

S -- Cadillac Janitorial - AG-569R-S-17-0011 Combined Synopsis-Solicitation

Notice Date
1/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Lake States Acquisition Team (LSAT), 500 Hanson Lake Road, Rhinelander, Wisconsin, 54501, United States
 
ZIP Code
54501
 
Solicitation Number
AG-569R-S-17-0011
 
Archive Date
3/8/2017
 
Point of Contact
Erin Garcia, Phone: 2317232211
 
E-Mail Address
egarcia02@fs.fed.us
(egarcia02@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Experience Questionnaire Statement of Work Combined Synopsis-Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2005-95 / 01-13-2017. This procurement is a total small-business set aside. The NAICS code is 561720 and the Small Business Size Standard is $18 million. The Huron-Manistee National Forests announce an opportunity for janitorial service at the Supervisor's Office located in Cadillac, MI. The contractor shall furnish all labor, supervision, management, transportation, equipment, supplies and incidentals necessary to complete the required janitorial services, in accordance with the attached Statement of Work, for the Huron-Manistee National Forests' Supervisor's Office located at 1755 South Mitchell Street, Cadillac, MI 49660. The Government intends to award a fixed price contract for a base year and four option years. The estimated start date is April 1, 2017. The scope of this work is continuous janitorial services for one office building. The Supervisor's Office is a one-story building with approximately 14,569 square feet consisting of office space, three restrooms (one six-stall, one two-stall and three urinals, and one unisex with no stall), one shower room, one reception area, three conference rooms, and one break area. The building also has a 1097 square feet storage area that is not included in this requirement. The floors consist of approximately 12,084 square feet of carpet and the remaining flooring is a combination of ceramic tile, vinyl tile, and slate. Walls are painted drywall. There are approximately 47 full time employees with an estimate of 2-3 temporary employees. Schedule of Items DESCRIPTION Janitorial Services Base Year (April 1, 2017 - March 31, 2018) Janitorial Service Option Year 1 (April 1, 2018 - March 31, 2019) Janitorial Services Option Year 2 (April 1, 2019 - March 31, 2020) Janitorial Services Option Year 3 (April 1, 2020 - March 31, 2021) Janitorial Services Option Year 4 (April 1, 2021 - March 31, 2022) Total Base and all Options: See Combined Synopsis-Solicitation and Statement of Work for further information. Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP. Inspection of the building prior to submitting quotation is recommended. For more information, technical questions and to schedule a pre-bid visit at the Supervisor's Office of the Huron-Manistee National Forests at 1755 S. Mitchell Street, Cadillac, MI, please contact Karri Heap (231) 775-2421. Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far. The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the evaluation criteria since an order may be issued on the basis of information received, without further discussion. To Be Considered Responsive, contractor must submit the following with offer: (1) Completed Schedule of Items, with pricing for base year plus four option years include Offeror name, address, DUNS number, telephone number and name of contact person. Offers shall be submitted for the total item. Offers for less than the total item will not be considered. All items are subject to Contractor Quality Control; (2) Offeror must respond to the other factors as described under FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). Award will be made on the best value for the Government. Evaluation of options shall not obligate the Government to exercise the option. It is the Governments' intent to make one contract award; (3) Offeror must submit representations in FAR 52.209.11; (4) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov; and (5) Offeror must submit Quality Control Plan and Safety Plan; (See Quality Control Plan and Safety in Statement of Work). All offers must be received by 5:00 EST. on February 21, 2017 Offers may be hand delivered or be mailed to: USDA Forest Service Attn: Erin Garcia - AG-569R-S-17-0011 412 Red Apple Road Manistee, MI 49660. Offers may be delivered electronically to egarcia02@fs.fed.us, SUBJ: AG-569R-S-17-0011 If submitting via e-mail please note that file size limitations, formatting, or other problems may hamper receipt so please verify that the contracting officer has received your quote. No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted. Contact Erin Garcia at egarcia02@fs.fed.us or (231) 723-2211 with general questions concerning this solicitation. Contact Karri Heap at kheap@fs.fed.us (231) 775-2421 with technical questions concerning this solicitation. ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at egarcia02@fs.fed.us. Questions and answers will be posted to FBO so please check back often as it is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting modifications. All questions must be received no later than three days prior to solicitation close date, or the government is under no obligation to review and/or address the questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/569R/AG-569R-S-17-0011/listing.html)
 
Place of Performance
Address: 1755 S. Mitchell Street, Cadillac, Michigan, 49601, United States
Zip Code: 49601
 
Record
SN04377602-W 20170125/170123234041-c090a5918d28590d1da740eb15648214 (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.