Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 13, 2023 SAM #7807
SOLICITATION NOTICE

S -- Non-Personal Janitorial Services at Key West, FL

Notice Date
4/11/2023 4:55:47 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NW-WP9201-23-00106MWH
 
Response Due
4/21/2023 1:00:00 PM
 
Archive Date
05/06/2023
 
Point of Contact
Marilyn Herrera, Phone: 303-578-2707
 
E-Mail Address
marilyn.herrera@noaa.gov
(marilyn.herrera@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a total small business set aside.� Please review the description below and review the attachments for details.� Reference�52.237-1 for site visit information Reference 52.212-2 for the evaluation criteria ******************** (I)��������� 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II)�������� This solicitation is issued as a request for quotation (RFQ).� Submit written quotes on RFQ Number NW-WP9201-23-00106MWH. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03 (MAR 2023) DEVIATION (2021-06)(SEPT 2021)(2020-05)(APR 2020)(2017-05)(SEPT 2017). (IV)������� This solicitation is being issued as a total Small Business Set-Aside.� The associated NAICS code is 561720.� The small business size standard is $22.0M.� (V)�������� This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 � Base Year; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Key West, FL,� in accordance with the Statement of Work for the period of twelve months. Line Item 1001 � Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Key West, FL,� in accordance with the Statement of Work for the period of twelve months. Line Item 2001 � Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Key West, FL,� in accordance with the Statement of Work for the period of twelve months. Line Item 3001 � Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Key West, FL,� in accordance with the Statement of Work for the period of twelve months. Line Item 4001 � Option Year 1; Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NOAA NWS WFO in Key West, FL,� in accordance with the Statement of Work for the period of twelve months. (VI)������� Description of requirements is as follows: See attached Statement of Work which applies to the Base Year and all Option Years 1 � 4, and Department of Labor Wage Rates: WD 2015-4583 #), Revision No. 22, dated 12/27/2022, which can be found on:� https://wdolhome.sam.gov/ Non-Personal Janitorial Services at NOAA NWS WFO, Key West, Florida (VII)����� Date(s) and place(s) of service. �Service will be at NOAA National Weather Service Weather Forecast Office, 1315 White Street, Key West, FL,� 33040� Period of performance shall be: Base Year for a twelve month period 05/04/2023 �through 05/03/2024. Option Period 1 for a twelve month period 05/04/2024 through 05/03/2025. Option Period 2 for a twelve month period 05/04/2025 through 05/03/2026. Option Period 3 for a twelve month period 05/04/2026 through 05/03/2027. Option Period 4 for a twelve month period 05/04/2027 through 05/03/2028. (VIII)� FAR 52.212-1, INSTRUCTIONS TO OFFERORS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (MAR 2023), applies to this acquisition. NOTICE TO OFFERORS:� Instructions for submitting quotations under this request for quote must be followed.� Failure to provide all information to aid in the evaluation may be considered non-responsive.� Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1.� Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Email quotes are required and can be sent to Marilyn Herrera at Marilyn.Herrera@noaa.gov. 2.� Contractor shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote. 3. Vendors shall assume that the Government has no prior knowledge of them or their capability. 4. Vendors must provide all items requested in FAR 52.212-2. Vendors who do not provide all evaluation criteria will not be accepted. Technical Acceptability/Capability � Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. 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 Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Price The Government intends to award a low priced, technically acceptable, a single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.� (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. (End of provision) (IX)�� FAR 52.212-2, EVALUATION- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (a).� 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.�� Paragraph (a) is hereby completed as follows: Evaluation will be based on the following;�� Technical Acceptability/Capability � Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address to demonstrate the offeror�s capability to successfully perform the services listed in the Statement of Work. 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 Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of contractor performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Price The Government intends to award a low priced, technically acceptable, a single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.� (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. (End of provision)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2327a782dc1d4013bf1c5686b9649447/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN06646664-F 20230413/230411230106 (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.