SOLICITATION NOTICE
S -- Janitorial Services - Base Year + 4 Option Years
- Notice Date
- 8/19/2024 11:52:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USDA ARS SEA AAO ACQ/PER PROP STONEVILLE MS 38776 USA
- ZIP Code
- 38776
- Solicitation Number
- 12405B24Q0472
- Response Due
- 8/21/2024 1:00:00 PM
- Archive Date
- 09/05/2024
- Point of Contact
- Monte Jordan
- E-Mail Address
-
monte.jordan@usda.gov
(monte.jordan@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PLEASE READ COMBINED SYNOPSIS/SOLICITATION 12405B24Q0472 AND ATTACHMENTS IN THEIR ENTIRETY. Amendment 0004 issued to provide attached�REVISED Statement of Work (SOW) attachment and to provide answers to questions submitted by interested contractors. Question:� Is the buffing really needed given the condition of the modular units? Answer:� Buffing not required per the attached updated revised Statement of Work (SOW). Question:� Are we cleaning this during the day or in the evening? Answer:� Cleaning will be conducted between 9:00 a.m. - 5:00 p.m. ET. Amendment 0003 issued to correct Site Visit Contact's phone number. �Correct phone number is 850-656-9870 x 1002. Amendment 0002 issued to provide answers to questions submitted by interested contractors. 1. What is the square footage of the restrooms specifically? 144 square feet. 2. How many restrooms, toilets, and wash basins are present in the cleaning area? 4 restrooms, 4 toilets, and 9 sinks. 3. What are the preferred hours for performing these janitorial services? Should services be performed during or outside of business hours? Schedule can be arranged with the company who is awarded the contract. This could be during normal business hours or outside of business hours. No holidays. 4. Are there any security clearances or access restrictions the contractor needs to be aware of? Will the contractor need to check in/out with facility management? No security clearances; however, it would be nice if the awarded contractor could let the facility POC know they are onsite unless they are on a set schedule. The facility has an alarm system which the awarded contractor will receive their code to turn off the alarm. 5. Are there available funds for this opportunity? Yes, funds are available for this opportunity. 6. Who is the incumbent? If there is an incumbent, could you please provide us with the Purchase Order number and the total value? Incumbent: Progressive Business Enterprise LLC; PO # AG-4216-P-17-0001; Value: $24,960/yr. 7. Are there any post-award submittals that we should be aware of? If so, could you please provide the relevant information? The last award was done back in October 2020. 8. How many days a week do you need service? Can the service be performed at night? Once a week. Please see the answer to question 3 regarding service being performed at night. 9. Can we have a site visit for a walkthrough of the facility? Answer provided in Amendment 0001. 10. Previous Incumbent: Could you please inform us who the previous contract holder was for this service? This information will help us gauge the benchmark standards and the expectations from the service provider. Please see answer to question 6. 11. Contract Value: We would also appreciate it if you could share the contract value of the previous period. This will assist us in ensuring that our proposal is competitively and appropriately priced. Please see answer to question 6. 12. Maximum Budget: Could you please specify if there is a maximum budget allocated for this contract? Understanding the budget constraints will help us tailor our proposal to meet both the project's needs and financial guidelines. Max is $25K/year. 13. Site Visit: How do we schedule a pre-bid site visit? Answer provided in Amendment 0001. 14. What is the square footage of the tile floor? How much of the 4800 square feet is tile? All tile. 15. The statement�of work only talks about Tallahassee and doesn't mention how many days per week or the hours.� Please see answer to questions 3 and 8 above. 16. Is there an incumbent? Please see answer to question 6 above. 17. Was there an incumbent? Please see answer to question 6 above. 18. If so. How much was the monthly invoice? Monthly invoice was $2,080. 19. What is the contract number? Please see answer to question 6 above. 20. What is the company name? Please see answer to question 6 above. 21. Was there any issues with the�previous company that you would like to see improved on? There was no issue with the previous company. 22. What type of flooring does the building have? Tile. 23. What are the rooms in the building that need to be cleaned? For example, How many restrooms? etc. 4 Restrooms; 1 Breakroom; 4 Labs; 6 Offices. 24. What are the access procedures for the cleaning staff? Will they need security clearances, or will they be escorted? Please see answers to questions 3 and 8 above. 25. Are there specific hours when cleaning must be done, or can the contractor choose the time of service within the weekly schedule? Please see answers to questions 3 and 8 above. 26. Where should the contractor dispose of the trash collected during the cleaning? Are there designated disposal sites or recycling requirements? Trash will be disposed of in onsite dumpster. No recycling requirements. 27. Are the services required only on business days, or does the contract include weekends and holidays? Please see answers to questions 3 and 8 above. Amendment 0001 issued to provide Site Visit Date/Time and to extend Questions due date. Site Visit scheduled for Friday, August 16, 2024, at 1:00 p.m. Eastern Time (ET).� Site Visit Location:� USDA, ARS, 6383 Mahan Drive, Tallahassee, FL 32308.� Contact:� Alex Gaffke, Phone:� 850-656-9870 x 1002, alexander.gaffke@usda.gov.� Questions due date extended from August 15, 2024, to August 19, 2024, by 12:00 p.m. Central Time (CT).��� This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.603 Streamlined solicitation for commercial products or commercial services, and in conjunction with FAR Part 13, Simplified Acquisition Procedures, 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. The solicitation number is�12405B24Q0472�and is issued as a request for quotation (RFQ). �This requirement is a�100% Total Small Business Set-Aside.� The associated NAICS Code is�561720 Janitorial Services, and the Small Business Size Standard is $22.0 million.� This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05. Description of Work: The U.S. Department of Agriculture (USDA), Agriculture Research Service (ARS), Center for Medical, Agricultural, & Veterinary Entomology (CMAVE), Gainesville, FL location requires janitorial cleaning services at the USDA, ARS, Tallahassee, FL location, Base Year + 4 Option Years.� The contractor must perform janitorial cleaning services in all designated spaces as listed in detail in the attached Statement of Work (SOW). Base Year � Period of Performance:� 09/01/2024 � 08/31/2025 Option Year 1 � Period of Performance:� 09/01/2025 � 08/31/2026 Option Year 2 � Period of Performance:� 09/01/2026 � 08/31/2027 Option Year 3 � Period of Performance:� 09/01/2027 � 08/31/2028 Option Year 4 � Period of Performance:� 09/01/2028 � 08/31/2029 PROJECT LOCATION: USDA, ARS 6383 Mahan Drive Tallahassee, FL 32308 Contractors shall have an Active SAM.gov registration before quotation is submitted and complete the Representations in FAR 52.204-24; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov. QUESTIONS.� All questions pertaining to this solicitation must contain reference to the solicitation number and must be submitted, in writing only via e-mail to monte.jordan@usda.gov not�later than August 19, 2024, by 12:00 p.m. Central Time (CT).� No telephone inquiries will be accepted. OFFER SUBMISSION.� All sources wishing to furnish a quotation shall furnish a quotation referencing Solicitation Number 12405B24Q0472 by Wednesday, August 21, 2024 not later than 3:00 p.m. Central Time (CT) via email to Contract Specialist, Monte Jordan @ monte.jordan@usda.gov.� No late quotations will be accepted.� Only Email submissions of quotations will be accepted.� In order to be considered for award, Offerors shall respond by submitting One (1) electronic copy as follows: Fully completed and signed SF-1449 Offer page original signature and date referencing solicitation number; Acknowledgement and completion of blocks 15A, 15B, and 15C of Solicitation Amendments (if applicable); Provide SAM UEI Number. Price Quotation.� Pricing shall be submitted using the Schedule of Supplies/Services within the Offer Form (SF 1449) for each CLIN listed on SF 1449; A Firm Fixed-Price quotation (on company letterhead) detailing item description, unit price per item, total price and delivery costs as well as any applicable duties, brokerage, or customs fees. The contractor shall provide a detailed proposal with a cost breakdown for the project. Completed Offeror Representations and Certification (FAR 52.204-8, 52.209-5, and 52.209-7).�� The representation and certification section must be completed electronically on-line at the System for Award Management (SAM) website at http://www.sam.gov/. Quotation must be valid for at least 60 days after receipt of quotation.� Items delivered FOB Destination inclusive of all costs. Failure to provide the required information in the requested format may result in quotation not being considered for award. FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document.� Additionally, other contract requirements and terms/conditions can be located in the same document. Prospective contractors who have not completed electronic annual representations and certifications at http://www.sam.gov/ in conjunction with required registration in the System for Award Management (SAM) database, shall complete and submit FAR 52.212-3 Alternative 1 Offeror Representations and Certifications - Commercial Items and DFARS Representations and Certifications in SAM to be eligible to receive an award for this solicitation. It is the offeror's responsibility to monitor the Government Point of Entry (GPE) (sam.gov) for information relevant to this solicitation, e.g., questions and answers, amendments, etc. Any amendments and documents related to this procurement will be available electronically at the Governmentwide Point of Entry (GPE) SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eacc1d1119174789a8c015b7a0be3852/view)
- Place of Performance
- Address: Tallahassee, FL 32308, USA
- Zip Code: 32308
- Country: USA
- Zip Code: 32308
- Record
- SN07175814-F 20240821/240819230115 (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 |