Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOLICITATION NOTICE

S -- Janitorial Services for the Rio Grande National Forest Supervisor's Office

Notice Date
12/10/2020 8:19:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USDA-FS, CSA INTERMOUNTAIN 5 Ogden UT 844012310 USA
 
ZIP Code
844012310
 
Solicitation Number
1240LQ21Q0002
 
Response Due
1/29/2021 9:00:00 AM
 
Archive Date
02/13/2021
 
Point of Contact
John Myers, Phone: 9704976325
 
E-Mail Address
johnmyers@web.de
(johnmyers@web.de)
 
Description
(i)� 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; quotations are being requested and a written solicitation will not be issued. (ii)� The solicitation number for this requirement is 1240LQ21Q0002_and is issued as a request for quotation (RFQ) under the authority of FAR 13. (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02 � Effective November 23, 2020.� (iv)� This acquisition is subject to a small business set-aside.� The associated NAICS code is 561720 and small business size standard for this NAICS code is $19.5. (v)� The Schedule of Items applicable to this acquisition provides a list of contract line item numbers, items, quantities, and units of measure.� The pricing portions of this Schedule of Items should be filled out and submitted as part of any quote submitted in response to this combined synopsis/solicitation.� See Attachment 1 for the Schedule of Items applicable to this acquisition. (vi)� This requirement is for janitorial services at the Supervisor�s Office, Rio Grande National Forest.� See Attachment 1 for a detailed description of minimum specifications. (vii)� Date(s) and place(s) of delivery and acceptance and FOB point. (viii)� The provision at 52.212-1, Instructions to Offerors�Commercial Items (Jun 2020) applies to this acquisition. � (ix)� The provision at 52.212-2, Evaluation�Commercial Items (Oct 2014), applies to this acquisition. The following is the specific evaluation criteria to be included in paragraph a: �� �������� 1.� Price 2. �Past Performance: This criterion will include, but may not be limited to, the evaluation of: �past performance information provided by each quoter, quoter�s professional references, and any other past performance information available to the Contracting Officer.� �� �������� (x)� Quoters must electronically complete FAR provision 52.212-3, Offeror Representations and Certifications�Commercial Items (Nov 2020), at www.SAM.gov before submitting the quote.� Quoter must confirm in the Quoter Questionnaire (see Solicitation Attachment 1) that quoter has electronically completed the provision FAR 52.212-3, the annual representations and certifications, at www.SAM.gov.� The complete provision can be found at https://www.acquisition.gov/far/loadmainre.html. (xi)� The clause at 52.212-4, Contract Terms and Conditions�Commercial Items (Oct 2018), applies to this acquisition. �� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Nov 2020), applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 � Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6 � Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) (31 U.S.C. 6101 note) 52.219-6 � Notice of Total Small Business Set-Aside (Nov 2020) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). 52.219-28 � Post Award Small Business Program Representation (Nov 2020) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)). 52.222-3 � Convict Labor (JUN 2003) 52.222-19 � Child Labor � Cooperation with Authorities and Remedies (Jan 2020) 52.222-21 � Prohibition of Segregated Facilities (APR 2015) 52.222-26 � Equal Opportunity (Sep 2016) 52.222-36 � Equal Opportunity for Workers With Disabilities (Jun 2020) 52.222-50 � Combating Trafficking in Persons (Oct 2020) 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.225-3 � Buy American � Free Trade Agreements � Israeli Trade Act (MAY 2014) 52.225-13 - Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 � Payment by Electronic Funds Transfer � System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.222-41 � Service Contract Labor Standards (Aug 2018) (41 U.S.C. Chapter 67) 52.222-42 � Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. Chapter 67) 52.222-55 � Minimum Wages Under Executive Order 13658 (Nov 2020) 52.222-62 � Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706) (xiii)� The following additional contract requirements and terms and conditions apply to this acquisition: 52.204-19 � Incorporation by Reference of Representations and Certifications (Dec 2014) AGAR 452.224-70 Confidentiality of Information (Feb 1988) Special Clauses: Restrictions Against Disclosure (Feb 1988) & Reporting Child Abuse (xiv)� N/A (xv)� Quotes must be delivered by 29 January 2021 via email to John Myers @ john.myers@usda.gov. (xvi)� All correspondence regarding this solicitation must be sent in writing to: john.myers@usda.gov. See Solicitation Attachment 1 for the Quoter Questionnaire, Schedule of Items, and Specifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/efc15bc262b54dc98b479a0e283130a3/view)
 
Place of Performance
Address: Monte Vista, CO 81144, USA
Zip Code: 81144
Country: USA
 
Record
SN05871095-F 20201212/201210230140 (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 |
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.