SOLICITATION NOTICE
S -- Janitorial Services - Cadillac-Manistee Ranger District Office - Wellston, MI -Huron-Manistee National Forests
- Notice Date
- 4/22/2020 11:36:39 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USDA FOREST SERVICE RHINELANDER WI 54501 USA
- ZIP Code
- 54501
- Solicitation Number
- 12569R20Q0016
- Response Due
- 4/30/2020 11:00:00 AM
- Archive Date
- 05/15/2020
- Point of Contact
- Erin Garcia, Phone: 231-723-2211 x3149, Danielle Roush, Phone: 231-723-2211
- E-Mail Address
-
erin.garcia@usda.gov, danielle.roush@usda.gov
(erin.garcia@usda.gov, danielle.roush@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; proposals are being requested and a written solicitation will not be issued.� This solicitation is issued as a Request for Quote (RFQ). The documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.� This procurement is set aside for a total small business. The NAICS code is 561720 and the Small Business Size Standard is 19.5M.� Schedule of Items: (See OFFER SUMBISSION PACKAGE attachment for Schedule of Items to be completed for offer submission as well as other requirements.) � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � QTY��� UOM � UNIT � TOTAL PRICE Item 1 � Janitorial Services - Base Period: June 1, 2020 � May 31, 2021� � � � 12�Month Item 2 � Building Cleaning (4), Oct/Nov 2020� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1�Lump Sum����������������� Item 3 � Janitorial Services - Option Year 1: June 1, 2021 � May 31, 2022�12�Month Item 4 � Building Cleaning (4), Oct/Nov 2021� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1�Lump Sum Item 5 � Janitorial Services - Option Year 2: June 1, 2022 � May 31, 2023� � � 12�Month Item 6 � Building Cleaning (4), Oct/Nov 2022� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1�Lump Sum Item 7 � Janitorial Services - Option Year 3: June 1, 2023 � May 31, 2024� � � 12�Month Item 8 � Building Cleaning (4), Oct/Nov 2023� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1�Lump Sum Item 9 � Janitorial Services - Option Year 4: June 1, 2024 � May 31, 2025� � � 12�Month Item 10 � Building Cleaning (4), Oct/Nov 2024� � � � � � � � � � � � � � � � � � � � � � � � � � � � � �1�Lump Sum Description of Requirement: The Huron-Manistee National Forests announces an opportunity for janitorial service at the Cadillac-Manistee Ranger District Office and annual cleaning of four addition buildings in the vicinity. The contractor shall furnish all labor, supervision, transportation, equipment, supplies and incidentals necessary to complete the required services, in accordance with the attached Statement of Work, for the Huron-Manistee National Forests� Cadillac-Manistee Ranger District Office located at 1170 Nursery Road, Wellston, MI 49689. Inspection of the building prior to submitting quotation is recommended.� To schedule a site visit at the Cadillac/Manistee Ranger District Wellston Office please contact Danielle Roush at danielle.roush@usda.gov or 231-723-2211 x3102. Delivery Details/Period of Performance: The Government intends to award a fixed price contract for a base period and up to four option years. The estimated start date is June 1, 2020. Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.beta.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. ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at erin.garcia@usda.gov. Questions and answers will be posted to www.beta.SAM.gov and is the contractor�s responsibility to remain up to date on all Q&As as well as any potential resulting amendments. All questions must be received not later than three days prior to the solicitation close date, or the government is under no obligation to review and/or address the questions. 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 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: Contractor�s Technical Capability; Biobased Purchasing; Experience and Qualifications; Past Performance; Quality Control Plan; and Price, inclusive of all option years. In accordance with FAR 15.304, all other evaluation factors when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer 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 an offer mailed or otherwise furnished to the successful offeror 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 an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The offeror shall provide a written response (legible) to the following criteria for evaluation and include the response with quote. Optional Experience Questionnaire is attached to help facilitate the evaluation criteria. 1. CONTRACTOR'S TECHNICAL CAPABILITY 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 in-house capabilities and the work you intend to subcontract. Include a list of the facilities, supplies, tools, and equipment you intend to use, i.e. Make, model, and year of Vacuum/shampooer, etc. 2.� IDENTIFY ALL BIOBASED PRODUCTS TO BE ACQUIRED, USED AND INSTALLED IN THE PERFORMANCE OF THIS CONTRACT. Include past performance experience with the use of biobased products and reporting bio-based products used in Federal contracts. The Contractor must comply with Section 9002 of the Food, Conservation and Energy Act of 2008; Section 9002 of the Farm Security and Rural Investment Act of 2002; Executive Order (EO) 13693, �Planning for Federal Sustainability in the Next Decade� (June 2015); Presidential Memorandum, ""Driving Innovation and Creating Jobs in Rural America through Biobased and Sustainable Product Procurement;"" and the Federal Acquisition Regulation to provide Biobased products. The Contractor shall utilize products and material made from Biobased materials to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered to the end user. All supplies and materials shall be of a type and quality that conform to applicable Federal specifications and standards. All supplies and materials to be used in the performance of work described herein are subject to the approval of the Contracting Officer Representative (COR). It is desirable that vendors be able to supply the greatest number of Biobased products listed meeting the health and environmental specifications. Biobased products that are designated for preferred procurement under USDA�s BioPreferred program must meet the required minimum Biobased content as stated at www.biopreferred.gov. The Contractor should provide data for their Biobased products such as Biobased content. The Contractor shall submit with the initial quote a complete list of Biobased products, indicating the name of the manufacturer, cost of each material, and the intended use of each of the materials that are to be used in carrying out the requirements of the contract. The Contractor shall comply with the provision at FAR 52.223-1, Biobased Product Certification. The Contractor shall comply with the clause at FAR 52.223-2, Affirmative Procurement of Biobased Products under Service and Construction Contracts. To receive full credit/consideration as it relates to the Technical criteria above for qualifying BioPreferred products, the Contractor should provide information such as life cycle costing data or other relevant data. If the Contractor proposes to use non-designated products, the Contractor should provide information such as life cycle costing data or other relevant data. 3. EXPERIENCE AND QUALIFICATIONS Provide a list of all personnel (including sub-contractors) to be used on the project, their qualifications, current experience, and recent references. Explain who is going to perform the work, their skill level and classification. How many years� experience each person has that is assigned to this project. Provide estimated hours to complete the work required in the Statement of Work, and how many persons will be accomplishing the work. 4. CONTRACTOR'S PAST PERFORMANCE HISTORY 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 telephone number. 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. 5. QUALITY CONTROL PLAN Offerors shall submit their Quality Control Plan (QCP) showing how they intend to meet Government quality performance standards for each task and subtask associated with this contract. The 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 Performance Work Statements (see Statement of Work). The QCP should focus on the level of performance required by the Performance Work Statements, rather than the methodology used by the contractor to achieve that level of performance. See QUALITY CONTROL / QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) in Statement of Work. The Contractor may attach additional pages, if necessary. AWARD DETERMINATION Award will be made to the offeror whose technical/cost relation is the most advantageous to the Government. The critical factor in making any cost/technical trade-offs is not the spread between the technical ratings, but rather the significance of that difference. The significance of the difference in ratings will be determined on the basis of what that difference is and what it would cost the Government to take advantage of it. Award may not necessarily be made for technical capabilities that would appear to exceed those needed for fulfilling the requirements of this contract. The Government reserves the right to make cost/technical tradeoffs that are in the best interest and to the advantage of the Government. Quotations should be submitted on the most favorable terms, from a price and technical standpoint, which the offeror can submit to the Government. 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. Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation. To Be Considered Responsive, contractor must submit the following with offer: (1) Completed Schedule of Items, with pricing for base period 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 (page 16 of this solicitation). Optional Experience Questionnaire is included in Offer Submission Package to help facilitate the non-price evaluation factors including Biobased purchasing. For Past Performance list at least three references in offer. If contractor doesn�t have past performance, it will be rated as a neutral rating which is acceptable. Use additional pages if necessary; (3) 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. (4) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services; (5) Offeror must submit representations in FAR 52.209.11; and (6) Offeror must submit Quality Control Plan; (See Quality Control Plan�in Statement of Work). All offers must be received by 2:00pm Eastern on April 30, 2020. Offers may be delivered electronically to erin.garcia@usda.gov, SUBJ: 12569R20Q0016 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. Incomplete offers will not be accepted. Offers may be mailed to: USDA Forest Service Attn: Erin Garcia � 12569R20Q0016 412 Red Apple Rd., Manistee, MI� 49660.� Contact Erin Garcia at erin.garcia@usda.gov with general and technical questions concerning this solicitation. See Combined Synopsis-Solicitation and attachments for further information. Questions and Answers are now posted to this solicitation. See Attachment: Questions and Answers 04/09/2020. 4/22/2020 -�Photos are now posted to this solicitation for the four additional buildings. See Attachments.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f4b1a5c5c5d546ccba2bd3ded838a527/view)
- Place of Performance
- Address: Wellston, MI 49689, USA
- Zip Code: 49689
- Country: USA
- Zip Code: 49689
- Record
- SN05632085-F 20200424/200422230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |