Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOLICITATION NOTICE

S -- Pat Mayse Custodial - Combined Solicitation/Synopsis

Notice Date
1/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18Q0021
 
Point of Contact
Jeff W. Morris, Phone: 9186694916
 
E-Mail Address
jeff.w.morris@usace.army.mil
(jeff.w.morris@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined solicitation/synopsis, Pat Mayse Custodial. W912BV-18-Q-0021 Pre-Solicitation Notice; W912BV-18-Q-0021 1. 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 additional notice will not be issued. This Acquisition shall be set aside for Small Business. 2. SolicitationW912BV-18-Q-0021 is being issued as a Request for Proposal (RFP) for a Firm-Fixed-Price contract for Park Custodial services at Pat Mayse Lake, Texas. 3. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-96. 4. This is a 100% Small Business Set Aside. The North American Industrial Classification System (NAICS) Code is 561720 and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is $18,000,000.00 5. Price Schedule - See attachment 6. Description of services: The required services provides for Park Cleaning at Pat Mayse Lake, Texas. 7. The contract will consist of a base and four option periods. The period of performance will be as follows: Contract period Start date End Date Base Period 1 March 2018 28 February 2019 Option Year 1 1 March 2019 29 February 2020 Option Year 2 1 March 2020 28 February 2021 Option Year 3 1 March 2021 28 February 2022 Option Year 4 1 March 2022 28 February 2023 8. FAR Clauses 52.212-1, 52.212-3 and 52.212-4 apply to this procurement. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. The following addenda apply to these clauses: 52.212-1 - the NAICS code is listed in paragraph # 4 above. 9. FAR Clause 52.212-5 (deviation) applies to this procurement. A completed copy is attached showing the applicable clauses. 10. Offers are due on 15 February 2018 no later than 2:00 PM CST. 11. Site visit: There is no scheduled site visit for this project. 12. Bidders Inquiry: Contractual and Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at https://www.projnet.org/projnet. Please see attachment for additional Information. 13. Performance Work Statement. Please see attached Instruction to Offerors for the PWS. 14. Price Schedule: Please see attached Instruction to Offerors for the Price Schedule. 15. The solicitation is issued via Internet only on Feb Biz Opps Website at http://www.fbo.gov. It is the contractors' responsibility to check the above-listed internet address daily for any posted changes to the solicitation. Any amendments issued to the solicitation must be acknowledged by potential offerors. No corrections and/or changes to proposals will be allowed after the proposal submittal due time and date. 16. Quotes will be evaluated as follows: Price evaluation: The Government shall review acceptable offers by lowest price. Price reasonableness and affordability will also be evaluated. Past Performance: The Government will review all CPARS evaluations regardless of project and may contact points of contacts or evaluate any information provided to the Contract Specialist or Contracting Officer to include USACE District Past Performance files. Offerors must demonstrate the following minimum acceptability standards: All past or current performance must have overall ratings of Satisfactory, Acceptable or above. Any derogatory information may be grounds for an Unacceptable rating. Offerors with no past performance information will receive an "Acceptable" rating for this factor. Award will be made to the lowest-priced, responsible offeror, whose quote conforms to the requirement of the solicitation. 17. Location: Pat Mayse Lake, Texas 18. Previous contract information: W912BV-15-C-0005 awarded to Ricky Thomas, for a total award of $232,000.00 for the base and four options. This requirement has changed; therefore, the previous award (W912BV-15-C-0005) is not totally reflective of the current scope.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18Q0021/listing.html)
 
Place of Performance
Address: Pat Mayse Lake, Texas, Chicota, Texas, 75411, United States
Zip Code: 75411
 
Record
SN04798501-W 20180126/180124231430-ce9c7fb5117012fd4fcb37b1fc06a81d (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.