Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

S -- FLORIDA NATIONAL GUARD RTI SANITATION CLEANING SERVICE - QASP - ANNUAL ESTIMATES - SITE VISIT MEMO - REQUIREMENTS & BID SHEET - PWS

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Florida, 189 Marine Street, St. Augustine, Florida, 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-18-Q-0026
 
Archive Date
9/29/2018
 
Point of Contact
Deborah U. Bray, Phone: 9048230555, Brian Joseph Williams, Phone: 9048230567
 
E-Mail Address
deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil
(deborah.u.bray.civ@mail.mil, brian.j.williams9.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement CLINS REQUIRED AND BID SHEET SITE VISIT MEMO ANNUAL ESTIMATES QASP 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 and a written solicitation will not be issued. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Florida, Purchasing and Contracting Division, St. Augustine, Florida 32084. Solicitation number assigned to this action is W911YN-18-Q-0026 and shall be used to reference any written quote provided under this request for quote (RFQ) and any correspondence. FAR 52.219-6 Notice of Total Small Business Set-aside (NOV 2011). This is a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this project is 561720 with a size standard of $18 million. The Florida Army National Guard is looking for a Base and two (2) Option Years of Cleaning Services support for the Regional Training Institute (RTI) Schoolhouse at Camp Blanding Joint Training Center Starke, Florida Please provide detailed quote with cost breakdown in accordance with the attached document titled "REQUIREMENTS and BIDSHEET " Also attached are the following documents: Performance Work Statement; Attached and includes Building and Room Square Footage Summary and Floor Plans Quality Assurance Surveillance Plan (QUASP); Attached Annual Estimates; Attached Quotes are due NLT 2:00pm 14 SEPTEMBER 2018 Period of Performance: Will begin in September 2018, start date to be determined before award. SITE VISIT: POC: MAJ Jessica Polvikoski DATE: 30 August 2018 at 10 am LOCATION: Regional Training Institute (RTI), 5629 State Road 16 West, Building 3400, Camp Blanding Joint Training Center Starke, Florida 32091 A SITE VISIT IS STRONGLY ENCOURAGED. Quoters are strongly encouraged to inspect the site where services are to be performed and to satisfy themselves as to all general and local conditions that may affect the cost of the performance of the contract, to the extent such information is reasonably obtainable. In no event will a failure to inspect the site constitute grounds for a claim after award of the contract. FAR 52.237-1 Site Visit- Contractors 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. **See Site Visit Information above. Notice for Service Contract Labor Standards: Applicable SCA Wage Determination--Wage Determination No.: 2015-4539 rev 7 dated 07/03/2018 See www.wdol.gov Army Contractor Manpower Reporting Requirement (yearly requirement). See individual Line Item SOW. Include price for this reporting requirement (see requirement below) or indicate "No Charge". "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil." The Government intends to award a contract resulting from this request for quotation to the responsible offeror whose quotation results in the "best value" to the Government, considering both price and non-price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The following factors will be used to evaluate quotations: 1) Pricing, 2) Technical Capabilities and 3) Past Performance. Evaluation Factors: 1. Pricing of CLINS 0001 - 2004. The Government will evaluate offers for award purposes by the total price for each of the CLINs. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. All line items will be used to evaluate lowest price. 2. Technical Capabilities - Proposal detailing how Contractor will accomplish the requirements of the PWS. Documentation in sufficient detail to show an understanding of the work to be performed and the contractor's plan/methodology to perform the work in accordance with all the requirements and technical specifications described in the Statement of Work. The documentation shall not merely offer to perform work in accordance with the Statement of Work, but shall outline the actual methods proposed as specifically as possible. All requirements and specifications described in the Statement of Work are mandatory. 3. Past Performance - The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The contractor shall provide at least two but no more than three contacts, including phone numbers, of past performance references that you have successfully accomplished services similar to size and scope of those listed in the statement of work. 4. Contractor representations and certifications shall be completed in the System for Award Management (SAM) (www.sam.gov). Contractors shall provide Cage Code indicating registration is active in SAM. 5. Proof of insurance and licenses. Submittal Requirements: Submit the following in order to be considered for award. 1. Pricing of CLINS 0001 - 2004. (12 CLINS) 2. Technical Proposal detailing how Contractor will accomplish the requirements of the PWS. 3. Past Performance -The contractor shall provide at least two but no more than three contacts, including phone numbers, of past performance references that you have successfully accomplished services similar to size and scope of those listed in the statement of work. 4. Contractor representations and certifications shall be completed in the System for Award Management (SAM) (www.sam.gov). Contractors shall provide DUNS Number, Cage Code and indicate registration is active in SAM. 5. Proof of insurance and licenses. 6. Provide the names, addresses and points of contact for all financial institutions 1. Include the following on your quote: - Point of Contact name, phone number and email. - Solicitation Number - DUNS Number - Cage Code - Tax ID Number Proposals will be submitted through FBO and are due NLT 1:00pm 14 SEPTEMBER 2018 Do Not Email Proposals All questions regarding this solicitation must be submitted to deborah.u.bray.civ@mail.mil 904-823-0555 by 2:00 pm 7 September 2018 All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon technical capabilities; ability to fulfill the requirement, price, and past performance. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institutions organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. This combined synopsis/solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-95 (19JAN2017) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 52.204-7-System for Award Management; 52.204-16 Commercial and Government Entity code Reporting 52.204-20 Predecessor of Offeror 52.204-22 - Alternative Line Item Proposal 52.209-5 Certification Regarding Responsibility Matters. 52.209-7 Information Regarding Responsibility Matters 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2016); Evaluation in accordance with FAR 13.106 based on price, delivery schedule and suitability to meet Government need. 52.212-2 Evaluation-Commercial Items. 52.212-3 ALT I -- Offeror Representations and Certifications -- Commercial Items; 52.219-1 Small Business Program Representation. 52.222-22 Previous Contracts and Compliance Reports. 52.222-25 Affirmative Action Compliance 52.222-38 Compliance with Veterans' Employment Reporting Requirements. 52.222-58 Subcontractor responsibility Matters Regarding Compliance with Labor Laws (Executive Order 13673) 52.252-1-Provisions Incorporated by Reference (http://farsite.hill.af.mil); 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition 252.225-7031-Secondary Arab boycott of Israel; 252.247-7022-Representation of Extent of Transportation by Sea The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting award: 52.203-3-Gratuities 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-10-Reporting executive Compensation and First Tier Subcontract Awards 52.204-18-Commercial and Government Entity code Maintenance 52.204-19-Incorporation by Reference of Representations and Certifications 52.204-21-Basic Safeguarding of Covered Contractor Information Systems; 52.209-6-Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations 52.212-4-Contract Terms and Conditions-Commercial Items; 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev.); 52.219-6-Notice of Total Small Business set-aside 52.219-8-Utilization of Small Business Concerns 52.219-14-Limitations on Subcontracting 52.219-28-Post-Award Small Business Program Rerepresentation; 52.222-3-Convict Labor; 52.222-19-ChildLabor-Cooperation with Authorities and Remedies; 52.222-21-Prohibition of Segregated Facilities; 52.222-26-Equal Opportunity; 52.222-35-Equal Opportunity for Veterans 52.222-36-Affirmative Action for Workers with Disabilities; 52.222-37-Employment Reports on Veterans; 52.222-40-Notification of Employee rights Under the National Labor Relations Act 52.222-50- Combating Trafficking in Persons; 52.222-59 Compliance with Labor Laws (Executive Order 13673) 52.223-5-Pollution Prevention and Right to Know Information; 52.223-18-Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13-Restrictions on Certain Foreign Purchases; 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-40-Providing Accelerated Payments to Small Business Subcontractors; 52.233-3-Protest After award; 52.233-4-Applicable Law for Breach of Contract Claim; 52.252-2-Clauses Incorporated by Reference; 52.252-6-Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002-Requirement to Inform Employees of Whistleblower Rights; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.211-7003-Item Unique Identification and Valuation; 252.211-7008-Use of Government assigned Serial Number 252.225-7001-Buy American and Balance of Payments Program; 252.225-7012-Preference for Certain Domestic Commodities 252.225-7048-Export Controlled Items 252.226-7001 Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006-Wide Area Workflow Payment Instructions; Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests (https://wawf.eb.mil/) 252.232-7010--Levies on Contract Payments. 252.244-7000-Subcontracts for Commercial Items 252.247-7023-Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-18-Q-0026/listing.html)
 
Place of Performance
Address: Camp Blanding Joint Training Center, 5629 State Road 16 West, Starke, Florida, 32091, United States
Zip Code: 32091
 
Record
SN05050214-W 20180824/180822231036-b897e1ade9226c61e9ab072a1385c487 (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.