SOLICITATION NOTICE
S -- Steam Cleaning Exhaust Fans, Mud Traps, and Dumpsters at NAS Lemoore, CA
- Notice Date
- 10/23/2020 3:34:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
- ZIP Code
- 92132-5000
- Solicitation Number
- N62473-21-P-00XX
- Response Due
- 10/30/2020 2:00:00 PM
- Archive Date
- 11/14/2020
- Point of Contact
- Julia Klotz
- E-Mail Address
-
julia.klotz@navy.mil
(julia.klotz@navy.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Amendment 001 - Dated 23 October 2020 (also attached as PDF�""Amendment 001"") This is an amendment to the subject combined synopsis/solicitation. The following are responses to the RFI submissions: Q1. Do you have a staging area for the contractor equipment? A1. There is an area available for contractor lay-down. Q2. Is an incumbent contractor currently performing these services, or is this a new requirement? A2. Yes, the incumbent is Valley Mobile Washing and Steam Cleaning. Q3. If this is a follow-on requirement, could you please provide the previous contract or task order number? A3. Contract: N62473-19-P-2201. Note: 1. The Offeror must acknowledge receipt of all amendments on the offer schedule. 2. All other paragraphs, provisions, and conditions to this proposed task order remain unchanged. 3. The proposal deadline for this task order, October 30, 2020 at 2:00 pm PT to julia.klotz@navy.mil, remains unchanged. Original Combined Synopsis/Solicitation - Dated 05 October 2020: Please see attached documents for a full description of the requirement. 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 a written solicitation will not be issued. �Per the enclosed Technical Annexes (Enclosure 1), the Government requests your proposal to provide all labor, material and equipment necessary to perform the subject requirement.� All responsible sources that meet the Service-Disabled Veteran Owned Small Business set-aside requirement may submit a proposal which shall be considered by the agency. Solicitation N62473-21-P-00XX is issued as a request for proposal (RFP). This solicitation document, and incorporated provisions and clauses, are those in effect through Federal Acquisition Circular 2020-09. This acquisition is set aside for Service-Disabled Veteran Owned Small Business concerns under NAICS code 561720, with a $19.5 million small business size standard. Line item numbers and items, quantities, and units of measure (including options): CLIN 0001 - Base Year, Steam cleaning exhaust fans, mud traps, and dumpsters at NAS Lemoore iaw attached Technical Annexes; POP: 01 Dec 20 � 30 Nov 21; Unit of measure: Each; Quantity: 1 CLIN 1001 - Option Year One, Steam cleaning exhaust fans, mud traps, and dumpsters at NAS Lemoore iaw attached Technical Annexes; POP: 01 Dec 21 � 30 Nov 22; Unit of measure: Each; Quantity: 1 CLIN - 2001; Option Year Two, Steam cleaning exhaust fans, mud traps, and dumpsters at NAS Lemoore iaw attached Technical Annexes; POP: 01 Dec 22 � 30 Nov 23; Unit of measure: Each; Quantity: 1 CLIN - 3001; Option Year Three, Steam cleaning exhaust fans, mud traps, and dumpsters at NAS Lemoore iaw attached Technical Annexes; POP: 01 Dec 23 � 30 Nov 24; Unit of measure: Each; Quantity: 1 6.� Dates and places of delivery and acceptance and FOB point: CLIN - 0001; Place of Delivery/Acceptance: NAVFAC Southwest, Julia Klotz, Contract Specialist //�Lemoore FEAD/Code ROPWL // Naval Air Station Lemoore //�750 Enterprise Ave, Lemoore, CA 93246-5011; FOB: Delivery CLIN - 1001; Place of Delivery/Acceptance: (Same as previous location); FOB: Delivery CLIN - 2001; Place of Delivery/Acceptance: (Same as previous location); FOB: Delivery CLIN - 3001; Place of Delivery/Acceptance: (Same as previous location); FOB: Delivery 7.� Description of requirements for the items to be acquired. Description of requirements for the services to be acquired (steam cleaning exhaust fans, mud traps, and dumpsters at NAS Lemoore, CA) is contained in the attached Technical Annexes (Enclosure 1). 8. Evaluation of proposals will be consistent with FAR 52.212-2.� In order to determine the best value proposal for this project, the Government will evaluate all contractors using price only. The Government will evaluate the total price for one base and three options combined. Award will be made to the responsible Offeror whose proposal is determined to be the lowest price. Price will be evaluated on the basis of whether or not it is fair and reasonable. A price which is found to be either unreasonably high in relation to the proposed work may result in the proposal being eliminated from competition. Additionally, past performance will also be considered. 9. Pre-proposal conference and site visitation: A site visit has been scheduled for October 16, 2020 at 8:00 am Pacific Time at building 750, NAS Lemoore, CA.� To attend, please contact Mr. Jim Heavey, Facility Support Contract Manager NAVFAC SW NAS Lemoore, CA at (559) 998-2024 or via email at jim.heavey@navy.mil, by October 15, 2020. � No minutes of the pre-proposal conference/site visit will be issued. All Offerors are advised that the RFP remains unchanged unless it is amended in writing by the Contracting Officer. However, if an amendment is issued, normal procedures relating to acknowledgement and receipt of any such amendment shall be applicable. � The submission of written questions will not preclude anyone from posing questions during the preproposal conference. Failure of a prospective Offeror to submit any questions or to attend the conference will be construed to mean that the Offeror fully understands all requirements of the solicitation. Prospective Offerors are advised that the pre-proposal conference/site visitation will be held solely for the purpose of explaining the concepts involved in the project and the specifications, terms, and conditions of this solicitation. � Note: Photos are not allowed unless prior approval from the Government representative is obtained. � 10. Questions/RFIs: Questions/RFIs regarding this acquisition are due by email to julia.klotz@navy.mil and must be received by 2:00 p.m. Pacific Time on Friday, October 23, 2020.� Late questions will not be accepted or answered. 11. The date, time and place offers are due: Offers are due by email to julia.klotz@navy.mil and must be received by 2:00 p.m. Pacific Time on Friday, October 30, 2020.� Late offers will not be accepted or evaluated.� Complete proposals will include a completed ELINS Schedule (Enclosure 2); completed Offer Schedule (Enclosure 3); completed copy of FAR 52.204-8; completed copy of FAR 52.204-24; completed copy of FAR 52.212-3; and completed copy of FAR 52.229-11. 12. The name and telephone number of the individual to contact for information regarding the solicitation: Julia Klotz, Contract Specialist julia.klotz@navy.mil 559-998-2690 13. No Assumptions: This is a firm fixed price contract, and any assumptions made by the Offeror in its proposal will not be binding on the Government. The Offeror will not be entitled to any equitable adjustments based on assumptions made by the Offeror in its proposal. If the Performance Work Statement is not clear, submit your request for clarification as a ""Request For Information"" by 2:00 p.m. Pacific Time on October 23, 2020 via email to julia.klotz@navy.mil. � This RFP is not to be construed as an authority to proceed with the subject project.� Award of this solicitation is subject to availability of funds as per FAR Clause 52.232-18 AVAILABILITY OF FUNDS (APR 1984). Should the Government cancel the procurement of this solicitation, the Offerors shall not be compensated for costs associated with the development of the proposal(s). 14. The following items must be included in proposal submission: Completed ELINS Schedule (Enclosure 2) Completed Offer Schedule (Enclosure 3) Completed Copy of FAR 52.204-8 Completed Copy of FAR 52.204-24 Completed Copy of FAR 52.212-3 Completed Copy of FAR 52.229-11 15. The following provisions and clauses are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial (Jun 2020) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) FAR 52.229-12, Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) FAR 52.232-40,� Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 16. The following provisions and clauses are incorporated by full text (full text in the attached ""Combined Synopsis-Solicitation""): FAR 52.204-8,� Annual Representations and Certifications (MAR 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020) Alternate I (Oct 2014) FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Aug 2020) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d8e9a88b080249ab93e942ab2d6f87d7/view)
- Place of Performance
- Address: Lemoore, CA 93246, USA
- Zip Code: 93246
- Country: USA
- Zip Code: 93246
- Record
- SN05836995-F 20201025/201023230147 (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 |