SOLICITATION NOTICE
S -- Janitorial Services Jennings Randolph Lake
- Notice Date
- 12/7/2023 11:04:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR24Q0007
- Response Due
- 12/11/2023 6:00:00 AM
- Archive Date
- 12/26/2023
- Point of Contact
- Ashley Flaherty, Cheryl K. Williams
- E-Mail Address
-
Ashley.M.Flaherty@usace.army.mil, cheryl.k.williams@usace.army.mil
(Ashley.M.Flaherty@usace.army.mil, cheryl.k.williams@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE), Baltimore District, will procure for janitorial services at Jennings Randolph Lake detailed in the Performance Work Statement. This solicitation will result in one firm-fixed price award based on three (3) evaluation factors: Technical, Past Performance, and Price. Pre-Bid Site Visit: Scheduled on December 06, 2023, at 10:00am EST Address: 1700 Jennings Randolph Lane Elk Garden, WV 26717 Point of Contract for the Tour: Barry Holland, barry.l.holland@usace.army.mil, (304) 355-2346 Offerors are urged to inspect the site where services are to be performed. 2nd Pre-Bid Site Visit: Scheduled: December 07, 2023 at 10:00am EST Address: 1700 Jennings Randolph Lane Elk Garden, WV 26717 Point of Contract for the Tour: Barry Holland, barry.l.holland@usace.army.mil,�(304)-355-2346 Pre-Bid Questions: All pre-bid inquires must be sent to Ashley Flaherty, Ashley.m.flaherty@usace.army.mil by December 07, 2023, at 9:00 am Pre-Bid Question & Answers Questions Submitted for Janitorial Services, Jennings Randolph Lake Solicitation #W912DR24Q0007 Question #1 Is there currently an incumbent? Answer #1 Current contract W912DR21P0008, ends 31 December 2023 Question #2 What is their name? Answer #2 Nash Cleaning Services Question #3 What is the Contract number? Answer #3 W912DR21P0008 Question #4 What is the contract value? Answer #4 Can be found on Sam.Gov. Total contract amount is $141,300.00 for base and 2 option years Question #5 What is the cleanable square footage?� Answer #5 The Performance Work Statement outlines the square footage for each space. � Question #6 What information can you provide about the last company to perform�the work? Answer #6 The Government will not provide information about the performance of a contractor. Question #7 Are vehicles supposed to have contractors� logo/info? Answer #7 This is not required. Question #8 Are we able to submit a PPQ that has already been completed and is less than 90 days old?� Answer #8 Provide documentation that the organization can successfully: � Proven ability to complete this specific requirement. A clear staffing plan in place to complete the services outlined in the PWS Materials/Equipment available to complete the services A quote that states what it will cost to meet the requirement Question #9 Additionally, are we able to submit PPQ's from the contracts that are currently in progress? Answer #9 As a new organization with limited experience, performance for contracts currently in progress is acceptable. Outline to the reviewer when the organization was established and current progress date in contract. � Question #10 My subcontractor�observes the Sabbath meaning they�re only available after sundown on Saturdays- is it possible to work something out where they�ll go in after sundown on Saturdays only? Answer #10 The mission would be impacted. The work must be completed on the dates that are outlined in the Performance Work Statement. � Proposals: Due no later than December 11, 2023, at 9:00am to Ashley Flaherty, Ashley.m.flaherty@usace.army.mil SUBMISSION REQUIREMENTS: Requirement # 1: Submission of a Technical Sheet that includes: Cage Code Tax ID# DUNS # Best Point of Contact Capabilities Plan: Approach to execute the contract with adequate documentation to illustrate capabilities to successfully complete the work identified that includes staffing plan and equipment Requirement #2 Past Performance- OPTIONAL Past performance is an optional submission that will be sent to Ashley.m.flaherty@usace.army.mil no later than 11 December 9:00am Inclusion of 2 past performance references for similar projects completed in the last three years. Inclusion of 2 past performance questionnaires Requirement #3 Price Sheet Return the attached Bid Sheets. All items MUST be priced for base + options years. Price will be evaluated in accordance with FAR 15.402. The government may require additional pricing information to assist in determining the extent to which the price is fair and reasonable, and the pricing information shall be provided if requested. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quotation is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d366f2bb6b5b4a5c9ca1f881b7b799a7/view)
- Place of Performance
- Address: Elk Garden, WV 26717, USA
- Zip Code: 26717
- Country: USA
- Zip Code: 26717
- Record
- SN06905515-F 20231209/231207230045 (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 |