Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

S -- Janitorial Services, Glendo Field Office, Glendo Unit, Oregon Trail Division, Pick-Sloan Missouri Basin Program, Wyoming

Notice Date
3/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - GP-5000 316 North 26th Street Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R11PS60213
 
Response Due
4/8/2011
 
Archive Date
3/21/2012
 
Point of Contact
Christine Mundt Contracting Officer 4062477805 ;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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 of the Federal Acquisition Regulations, 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. However, in order to facilitate the electronic submission of quotations, Request for Quotation (RFQ) number R11PS60213 is being issued simultaneously to this announcement. Reclamation anticipates award of a purchase order for janitorial services at the Glendo Field Office (GFO) which is located in Platte County at 397-A Glendo Park Road, Glendo, Wyoming. Reclamation's Great Plains Regional Office awarded Contract No. R10PC60186 for the Glendo Dam Modification construction contract. It is anticipated that this contract will take approximately 2 years to complete. Due to the length of the Glendo Dam Modification construction contract, Reclamation stationed the GFO near the construction site. The GFO is a subdivision of the Great Plains Region, Infrastructure and Engineering, Construction Services Office and is responsible for the oversight of the Glendo Dam Modification construction contract. The work under this combined synopsis / solicitation provides for the furnishing of all labor, materials, transportation, supplies, equipment and supervision to satisfactorily perform janitorial services at least twice weekly. In accordance with the procedures in FAR Part 5 and 12, RFQ Number R11PS60213 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://ideasec.nbc.gov. The solicitation is being issued as a small business set-aside under the North American Industry Classification System (NAICS) Code 561720, Janitorial Services. The applicable size standard is $16.5 Million. The resulting purchase order will be a firm-fixed price type. Line Item 0001 - Base Period Janitorial Services (12 MONTHS)This line item involves the provision of janitorial services to the GFO in accordance with the performance based statement of work incorporated in the solicitation. The period of performance for the base period will be from the date of award through April 30, 2012. Line Item 0002 - Option Period Janitorial Services (12 MONTHS)This line item involves the provision of janitorial services to the GFO in accordance with the performance based statement of work incorporated in the solicitation. The period of performance for this option period will be from May 1, 2012 through April 30, 2013. The anticipated period of performance is estimated to be 24 months for comparison of offers only. The Government may shorten or extend the term by written notice to the contractor within 30 days before the purchase order expires. Payment will be made for the services actually provided and no claim shall be made against the Government for overruns or underruns. 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. All evaluation factors other than price, when combined are approximately equal to price. The following factors will be considered: (1) Price - Quotations will be considered for award on only Completed Schedules A and B, but no offer will be considered for award on only one of the schedules. Both schedules must have a quote amount entered in order to be considered for award. The Government reserves the right to make award for Schedule A depending on the amount offered as compared to the available funding. The Government reserves the right to evaluate offers for award purposes by adding the total price for Option Period Schedule B to the total price for the base requirement in Schedule A. The Government may determine that an offer is unacceptable if the option price is significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option schedules. (2) Biobased Cleaning Supplies - The contractor shall submit along with their offer a complete list of biobased products, indicating the name of the manufacturer, cost of each material and the intended use of each of the materials that are to be used in carrying out the requirements of the PWS. (3) General Work Plan - The contractor shall provide a written work plan along with their offer. At a minimum, the written work plan shall describe methods, procedures and equipment to be utilized. The contractor's general work plan shall address its commitment to the use of biobased products, employee health and safety and sound environmental management practices. (3) Company Experience / Past Performance - Offerors shall complete the "Reference List" found as an attachment in Section J of this RFQ. In descending order of priority, preferred customers are Federal Government, Statement Government, Local Government and private concerns. Additionally, offerors must have the "Company Experience Questionnaire" completed by at least three (3) customers for which similar work has been previous performed. As it is a determining evaluation factor, offerors are strongly encouraged to inform previous customers of the importance of the timely submittal of the questionnaire. It is the offeror's responsibility to insure that the Government receives the require questionnaires by the time and date specified in the solicitation for Receipt of Quotes. The Questionnaire can be found as an attachment in Section J of this RFQ. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http://www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2005-50. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS1. 52.204-07, Central Contractor Registration2. 52.212-01, Instructions to Offerors--Commercial Items3. 52.212-02, Evaluation - Commercial Items4. 52.212-03, Offeror Representations and Certifications - Commercial Items5. 52.212-04, Contract Terms And Conditions--Commercial Items6. 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items a. Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.219-06, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-03, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration; 52.233-03, Protest After Award; and 52.233-04, Applicable Law For Breach of Contract Claim7. 52.217-05, Evaluation of Options8. 52.217-08, Option to Extend Services9. 52.217-09, Option to Extend the Term of the Contract10. 52.222-42, Statement of Equivalent Rates for Federal Hires11. 52.223-02, Affirmative Procurement of Biobased Products Under Service and Construction Contracts12. 52.223-03 A1, Hazardous Material Identification and Material Safety Data - Alternate I13. 52.223-05, Pollution Prevention and Right-To-Know Information14. 52.232-19, Availability of Funds for the Next Fiscal Year15. 52.237-01, Site Visit16. 52.237-02, Protection of Government Buildings, Equipment, and Vegetation17. 52.246-04, Inspection of Services - Fixed Price DEPARTMENT OF THE INTERIOR ACQUISITION REGULATION1. 1452.215-71, Use and Disclosure of Proposal Information--Department of the Interior2. 1452.228-70, Liability Insurance -- Department of the Interior RECLAMATION ACQUISITION REGULATION1. ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors2. GP-1, Identification of Correspondence 3. GP-2, Government Administration Personnel 4. GP-3, Contractor's Administration Personnel 5. GP-7, Site Security 6. WBR 1452.211-80, Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation7. WBR 1452.223-83, Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace - Bureau of Reclamation8. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation9. WBR 1452.237-80, Security Requirements--Bureau of Reclamation10. WBR 1452.242-80, Postaward Conference - Bureau of Reclamation Quotes are due no later than Friday, April 8, 2011 by 5:00 p.m. Mountain Daylight Time. All responsible sources who submit a timely quote will be considered for award. Quotes may be submitted electronically, e-mailed to cmundt@usbr.gov or faxed to (406) 247-7798. For further information, vendors may contact Christine Mundt cmundt@usbr.gov or at (406) 247-7805. NOTE 1 - CCR: Effective October 1, 2003, any contractor interested in doing business with the federal government must be actively registered in the Central Contractor Registration. Contractors may register at http://www.ccr.gov. NOTE 2 - ORCA: Effective January 1, 2005, any contractor submitting a quotation, offer or proposal to the government must complete their representations and certifications online. All representations and certifications, which use to appear in Section K, are now located online. To complete the online representations and certifications, contractors shall register in the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7fe2d0bc64b824288a059a29ca89ce6a)
 
Place of Performance
Address: Glendo Field Office is located at 397-A Glendo Park Road in Glendo, Wyoming in Platte County.
Zip Code: 82213
 
Record
SN02406115-W 20110324/110322234132-7fe2d0bc64b824288a059a29ca89ce6a (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 |
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.