SOLICITATION NOTICE
S -- Duct Cleaning Services
- Notice Date
- 8/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
- ZIP Code
- 20301-1155
- Solicitation Number
- HQ0034-06-R-1066
- Response Due
- 9/5/2006
- Archive Date
- 9/20/2006
- Small Business Set-Aside
- Total Small Business
- Description
- 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 consistitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HQ0034-06-R-1066 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. The North American Industry Classification System Code is 561790. The small business size standard is 6.5 million. This solicitation is 100% set aside for Small Businesses. The Government intends to award a single Firm-Fixed Price Contract. Offerors are required to submit proposals based on the work requirements specified in the attached PWS(Attachment I). Complete and submit the following SCHEDULE OF SUPPLIES/SERVICES and an itemized breakdown of the price for each performance year as their price proposal. See attachment II. Failure to submit this document properly completed may be cause for rejection of the offer. SCHEDULE OF SUPPLIES/SERVICES CLIN Schedule of Services Qty Unit Price Amount Duct Cleanig Services 0001 Base Year 12 MO $ $ 1 Oct 2006 through 30 Sep 2007 0002 Option Year 1 12 MO $ $ 1 Oct 2007 through 30 Sep 2008 0003 Option Year 2 12 MO $ $ 1 Oct 2008 through 30 Sep 2009 0004 Option Year 3 12 MO $ $ 1 Oct 2009 through 30 Sep 2010 0005 Option Year 4 12 MO $ $ 1 Oct 2010 through 30 Sep 2011 FAR 52.212-1, 52.212-2, 52.212.3, 52.212.4, and 52.212-5, apply to this solicitation. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS (Jan 2006) FAR 52.237-1 SITE VISIT (APR 1984) a. A site visit will be conducted on Aug 24, 2006 at 1:00 pm local time, for this procurement. The arrangements of the site visit should be made in advance with Mr. Tony Freeman (703)-693-8084, E-mail: Anthony.Freeman@whs.mil b. Offerors are advised that if they have any questions regarding the solicitation, the questions must be directed to Henry Chung in writing. (Email: henry.chung@whs.mil or fax: 703-696-4164) c. Terms and conditions of the solicitation and the specifications will remain unchanged unless they are amended in writing. An amendment summarizing contractor questions is planned for issue after the conference. Any amendment issued will appear on the FEDBIZOPS web site (www.fbo.gov ), available to all prospective offerors Requirement for Submission of Proposal and Content. Offerors are required to submit their proposal in three (3) separate parts limiting no more than 10 pages as follows: a. PRICE PROPOSAL: (1) Complete and submit SCHEDULE OF SUPPLIES/SERVICES and Attachment II; 52. 212-3 Offerors Representation and Certifications ? Commercial Items(June 2006)(Alternate I). (2) Responsibility Determination: Before an award of a contract can be made, a determination of responsibility must be completed. A pre-award survey will be made. The following information shall be submitted as part of the pricing proposal: Provide a copy of your most recent financial statement (Annual Balance Sheet) for the last three (3) years, latest cash flow statement. The Government will check other sources of financial data and credit rating information such as Dunn & Bradstreet. The offeror is responsible for updating information available from Dunn & Bradstreet on a current basis. b. PAST PERFORMANCE INFORMATION: Offerors are to submit with their proposal a listing of at least three (3) and not more than five (5) most recent contracts or subcontracts, in which the offerors have performed the same or similar services required by this solicitation. The listing as a minimum shall include: Contract Number, Applicable project or service involved, Contract type, Contract dollar amount, and the procuring activity or firm?s completed name, physical address, current technical or contracts representative with name(s), fax & phone number(s) and e-mail(s)-not to exceed three names for each entity. Offerors are notified that the Government reserves the right to contact other Government and commercial sources not included in the proposal in order to determine the past performance of the offeror. c. TECHNICAL PROPOSAL: Provide a certification document IAW PWS2.0 Proposal must be prepared in accordance with these instructions, providing all required information in the format specified. Failure of the proposal to show compliance with these instructions may be grounds for exclusion of the proposal from further consideration. ADDENDUM to: FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Pass/Fail requirements b. Price c. Past Performance NOTE: Past Performance is approximately equal to price in determining which proposal offers the best value to the Government among technically acceptable proposals. a. Pass/Fail requirements: To be technically acceptable, the offeror?s proposal must be evaluated technically acceptable IAW SOW 2.0 (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. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2005), applies to this acquisition with the following clauses added as addenda to the clause: 52.204-7 Central Contractor Registration (OCT 2003), 52.217-8 Option to Extend Services (APR 1989), and 52.217-9, Option to extend the term of the contract. (APR 1984). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (June 2006), applies to this acquisition and the additional FAR clauses cited in the clause are: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-9, Small Business Subcontracting Plan (July 2005) (15 U.S.C. 637(d)(4). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). Dept of Labor Wage Determination 1994-2103(Rev. 35) dated 23 May 2006 applies to this solicitation. Proposals are due no later than 4:30 p.m., local time, (September 5, 2006). No solicitation document will be issued. Submit proposals to the attention of Henry Chung by mail, to the following address: Washington Headquarters Services, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
- Place of Performance
- Address: 1155 Defense Pentagon, Washington, DC 20301-1155,
- Zip Code: 20301
- Country: UNITED STATES
- Zip Code: 20301
- Record
- SN01113390-W 20060813/060811222111 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |