MODIFICATION
S -- Custodial Service, Hugo Lake Oklahoma - Solicitation 1
- Notice Date
- 8/10/2018
- Notice Type
- Modification/Amendment
- 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
- W912BV18Q0111
- 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
- Attachments, W912BV-18-Q-0111, Hugo Lake Custodial Solicitation, W912BV-18-Q-0111, Hugo Lake Custodial Solicitation Notice W912BV-18-Q-0111 1. This is a pre-solicitation notice for a commercial item solicitation 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-0111 will be issued as a Request for Proposal (RFP) for a Firm-Fixed-Price contract for Park Custodial services at Hugo Lake, Oklahoma. The anticipated solicitation date is 13 August 2018. 3. This notice and the incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-99 (effective 15 June 2018). 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: will be part of the solicitation package. 6. Description of services: The required services provides for Park Cleaning at Hugo Lake, Oklahoma. 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 September 2018 31 March 2019 Option Year 1 1 April 2019 31 March 2020 Option Year 2 1 April 2020 31 March 2021 Option Year 3 1 April 2021 31 March 2022 Option Year 4 1 April 2022 31 March 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. 10. Offers are due on 23 August 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: will be part of the solicitation package. 14. The solicitation is issued via Internet only, on the Fed 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. 15. The Government intends to 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: a. Price evaluation: The Government shall review acceptable offers by lowest price. Price reasonableness and affordability will also be evaluated. b. 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: 1. All past or current performance must have overall ratings of Satisfactory, Acceptable or above. 2. Any derogatory information may be grounds for an Unacceptable rating. 3. Offerors with no past performance information will receive an "Acceptable" rating for this factor. 4. Award will be made to the lowest-priced, responsible offeror, whose quote conforms to the requirement of the solicitation. 17. Location: Hugo Lake, Oklahoma 18. Previous contract information: W912BV-16-C-0028, awarded to Jessie Bonds, for a total amount of $249,554.70 for the base and four options. This requirement has changed; therefore, the previous award (W912BV-16-C-0028) is not totally reflective of the current scope.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18Q0111/listing.html)
- Place of Performance
- Address: Hugo Lake, Oklahoma, Hugo, Oklahoma, United States
- Record
- SN05032198-W 20180812/180810231148-c6c1392dc2fe3c89a09c5ef8dac235d0 (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 |