Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SOLICITATION NOTICE

S -- Janitorial Support Services (Base Year + 4 Option Years)

Notice Date
8/27/2024 7:40:20 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
12405B24Q0566
 
Response Due
9/9/2024 1:00:00 PM
 
Archive Date
09/24/2024
 
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 MAKE SURE TO READ COMBINED SYNOPSIS/SOLICITATION AND ATTACHMENTS IN THEIR ENTIRETY. AMENDMENT 0002 issued to provide listing of square footage by each individual building for janitorial service project. Project Square Footage details: (approximate areas � Contractor is responsible for verifying all area dimensions). Building 1 area included in the weekly cleaning = approximately 5350 square feet. Building 1 lab area = approximately 1200 square feet (only included in floor strip/wax tasks). Quad building = approximately 2800 square feet. Bld2 Restroom = approximately 40 square feet. Bld3 Restroom = approximately 52 square feet. AMENDMENT 0001 issued to provide Site Visit Date/Time.� Site Visit scheduled for Wednesday, August 28, 2024, at 10:00 a.m. Eastern Time (ET)� at project location:� USDA, ARS, SEA, Coastal Plains, Soil, Water & Plant Research Center, 2611 West Lucas Street, Florence, SC 29501. Contact:� Mel Johnson, Phone:� (843)669-5203 x-301, Email:� mel.johnson@usda.gov. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS (SAF). PLEASE MAKE SURE TO READ COMBINED SYNOPSIS/SOLICITATION AND ATTACHMENTS IN THEIR ENTIRETY. This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6 and is being conducted in conjunction according to FAR Part 13, Simplified Acquisition Procedures as supplemented with additional information 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 12405B24Q0566 and solicitation is issued as a Request for Quotation (RFQ).� This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05. This RFQ is issued as a Total Small Business Set-Aside.� The associated North American Industry Classification System (NAICS) Code is 561720 � Janitorial Services.� The Small Business Size Standard is $22.0MM.� The USDA, ARS, SEA, Coastal Plains, Soil, Water, & Plant Research Center, 2611 West Lucas Street, Florence, South Carolina 29501 location has a requirement for the following. Janitorial Support Services � Base Year + 4 Option Years.� (The Government has a unilateral right to exercise, or not to exercise options in a contract at the Government�s discretion.) The Contractor must provide all labor, cleaning supplies, materials, equipment (including floor cleaners), and employee training as necessary to ensure custodial (basic cleaning, restroom cleaning, refuse removal) services are performed in strict accordance as detailed in attached Performance Work Statement (PWS). Base Year�������� Period of Performance:� 10/01/2024 � 09/30/2025 Option Year 1��� Period of Performance:� 10/01/2025 � 09/30/2026 Option Year 2��� Period of Performance:� 10/01/2026 � 09/30/2027 Option Year 3��� Period of Performance:� 10/01/2027 � 09/30/2028 Option Year 4��� Period of Performance:� 10/01/2028 � 09/30/2029 Contractor must be registered in System for Award Management, (SAM), prior to submitting a quotation. Registration is free and registration can be completed online at www.sam.gov/portal/public/SAM. Questions.�� All questions pertaining to this solicitation must be in writing.� All questions will be addressed by email only.� Submit questions referencing solicitation number 12405B24Q0566 electronically via email to monte.jordan@usda.gov.� Questions are due September 4, 2024, not later than 12:00 p.m. Central Daylight Time (CDT).� Telephone inquiries will not be accepted. QUOTATION SUBMISSION.� Quotation referencing solicitation number 12405B24Q0566 must be submitted electronically via email to monte.jordan@usda.gov by Monday, September 9, 2024, not later than 3:00 p.m. Central Time (CT).� No late quotations will be accepted. In order to be considered for award, Offerors must respond by submitting One (1) electronic copy as follows:� Fully completed and signed SF1449 Offer Form original signature and date addressing all of the requirements of the RFQ; Acknowledgment of any 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);� 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. Must have an Active SAM.gov registration; the Representation and Certification section should also be completed electronically in the System for Award Management (SAM) at www.sam.gov.� 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. Quotation must be valid for at least 60 days after receipt of quotation.� Items delivered FOB destination inclusive of all costs. Rejection of Quotation.� Failure to demonstrate compliance will be cause to reject the quotation without further discussion.� All responsible sources may submit an offer and will be considered. 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. 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/785438fec3f844d4a5866023552e83cf/view)
 
Place of Performance
Address: Florence, SC 29501, USA
Zip Code: 29501
Country: USA
 
Record
SN07187820-F 20240829/240827230124 (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.