Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2013 FBO #4396
SOLICITATION NOTICE

S -- Request for custodial services for Greeneville USARC, 701 East Barton Ridge Road, Greeneville, TN 37745-6236.

Notice Date
12/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
MICC - Fort Jackson (RC), 4340 Magruder Avenue, 1st Floor, Fort Jackson, SC 29207
 
ZIP Code
29207
 
Solicitation Number
W912C6-3209
 
Response Due
1/8/2014
 
Archive Date
2/7/2014
 
Point of Contact
Sulton Carter, 80375116398
 
E-Mail Address
MICC - Fort Jackson (RC)
(sulton.carter.civ@mail.mil)
 
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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION NUMBER: W912C6-3209 OFFER DUE: 8 January 2014 3:00 PM EST SIZE STD: $16.5 M NAICS: 561720 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 constitutes the only solicitation; proposals are being requested and a written solicitation is issued and attached. THE MICC FORT JACKSON ARMY RESERVE CONTRACTING CENTER OFFICE HAS A REQUIREMENT TO PROVIDE CUSTODIAL SERVICE FOR THE FOLLOWING LOCATION: TN004 - GREENEVILLE USARC 701 BARTON RIDGE ROAD GREENEVILLE, TN 37745-6236 SITE VISIT has been scheduled for Wednesday 18 December 2013 at 10:00 AM. Point of contact is William Fogarty at 895.753.8743. This solicitation contains a performance work statement for a performance based service, this means the government has described what is to be accomplished, not how to accomplish it. The contractor shall provide deliverables as described herein. The government intends to award a firm fixed price contract consisting of a base period, and a one year option. Any or none of the options may be exercised at the unilateral discretion of the government. IAW FAR 19.405 this requirement is a 100% Small Business set-a-side. In order to comply with the Debt Collection improvement act of 1996, all contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract, information regarding the registration in SAM may be accessed through their website at www.sam.gov or by calling 866-606-8220 for registration assistance. The contractor will be required to maintain a quality control program to ensure the requirements of the contract are met. This program shall be created for identifying and correcting deficiencies in the quality of the service before performance becomes acceptable. A copy of the quality control plan shall accompany the quote. Failure to do so will result in rejection of the quote. Payments by WAWF are mandatory. It is the responsibility of the contractor to ensure they build into their proposed price the necessary hours that it will take to meet the performance standards specified. Offers shall be submitted by one of the following means: email to sulton.carter.civ@mail.mil or faxed to 803-751-1901. Only one offer will be accepted, submission of multiple copies will result in all offers being rejected as non-responsive. Please provide the following documents with you quote: quality control plan, proof of insurance and past present performance questionnaire completed by offerors's references. All questions pertaining to this solicitation shall be in writing and shall be emailed to sulton.carter.civ@mail.mil. Telephone calls will not be accepted. All requests should include the solicitation number, Company name, address and telephone number of person making the inquiry. Evaluation Criteria: 1. Evaluation Criteria. The proposals will be evaluated under three evaluation factors: Price, Technical Acceptability, and Past Performance. Award will be made to the Lowest Price Technically Acceptable (LPTA) offeror with an acceptable past performance rating. (a)Factor 1: Price (b)Factor 2: Technical Acceptability (c)Factor 3: Past Performance 2. Factor 1 - Price. Price will not be assigned an adjectival rating. All pricing information shall be addressed within this proposal volume. The offeror's CLIN prices will be evaluated for reasonableness and balance. Reasonableness Price analysis techniques in accordance with FAR 15.404-1(b) will be used to validate price reasonableness. If price reasonableness cannot be determined using price analysis of Government obtained information, additional information in accordance with FAR 15.402(a) may be required from the offeror to support the proposed price. 3. Factor 2 - Technical Acceptability. Provides an assessment of the offeror's capability to satisfy the Government's requirements as stated in the performance work statement. Table A-1. Technical Acceptable/Unacceptable Ratings RatingDescription AcceptableProposal clearly meets the minimum requirements of the solicitation. UnacceptableProposal does not clearly meet the minimum requirements of the solicitation. 3. Factor 3 - Past Performance. The Past Performance acceptability ratings identified below in Table A-2 will be used for the mission capability assessment. Offerors must provide at least three references of previous similar projects were they have participated rating their past performance. (a) Recency Assessment: An assessment of the past performance information will be made to determine if it is recent. To be recent, the effort must be ongoing or must have been performed during the past three (3) years from the date of issuance of this solicitation. Past performance information that fails this condition will not be evaluated. (b) Relevancy Assessment. To be relevant, the effort must be similar in nature of work, size, and complexity. The Government will conduct and in-depth evaluation of all recent performance information obtained to determine if it is the same or similar in nature of work, size, and complexity to the services/products being procured under this solicitation. Recent past performance is defined as not more than three years (3) from the RFP release date; relevant in terms of similar nature of work, size and complexity. Table A-2. Past Performance Acceptable/Unacceptable Ratings RatingDescription AcceptableBased on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. UnacceptableBased on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ce2b1baa5e664e8aa24ad6dbd9447de)
 
Place of Performance
Address: Greeneville USARC 701 East Barton Rodge Road Greeneville TN
Zip Code: 37745
 
Record
SN03246752-W 20131207/131205235136-5ce2b1baa5e664e8aa24ad6dbd9447de (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.