Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2014 FBO #4758
SOLICITATION NOTICE

S -- Housekeeping Services - RFQ Attachments

Notice Date
12/2/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-15-Q-0010
 
Archive Date
1/14/2015
 
Point of Contact
Stephen Brooks, Phone: 2292572827, Carl T. Massey, Phone: 229-257-4722
 
E-Mail Address
stephen.brooks.8@us.af.mil, carl.massey.2@us.af.mil
(stephen.brooks.8@us.af.mil, carl.massey.2@us.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 9: DFARS 252.209-7993 Attachment 8: Quote Checklist Attachment 7: Financial Info Attachment 6: Insurance Certificate Attachment 5: Lobbying Disclosure Statement Attachment 4: Moody Instructions Attachment 3: Pricing Schedule Attachment 2: Wage Determination Attachment 1: DRAFT Performance Work Statement. Final version will be provided upon completion. No significant changes are anticipated. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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 for this procurement is FA4830-15-Q-0010 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-77, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2014-1001. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 561720. The small business size standard is $16.5 million. This acquisition will be set aside 100% for Service-disabled Veteran-owned Small Businesses in accordance with FAR 19.1405. Description: The purpose of this solicitation is to acquire Housekeeping Services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). The initial PWS is a DRAFT document that generally outlines the requirement. The finalized version of the PWS will be incorporated by Amendment hereto and posted upon its completion. Quotations must be submitted on Attachment 3: Pricing Schedule, which indicates the period of performance for each period. FOB Point: Destination (Moody AFB, GA.) Period of Acceptance of Quotation: The offeror agrees to hold the prices in its quotation firm through 1 February 2015, unless another time period is specified in an addendum to the solicitation. Late Quotations: Quotations or modification of quotations received at the address specified for the receipt of quotations after the exact time specified for receipt of quotations will not be considered. All offerors must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this solicitation and resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses are incorporated by reference. FAR 52.203-3 Gratuities Apr-84 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep-06 FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Oct-95 FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights Sep-13 FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper May-11 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Jul-13 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.208-9 Contractor Use of Mandatory Sources of Supply or Services (this applies to paper towels and hand soap included in the procurement list located on www.abilityone.gov ) Oct-08 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug-13 FAR 52.212-4 Contract Terms and Conditions--Commercial Items Feb-12 FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) Jan-14 FAR 52.219-8 Utilization of Small Business Concerns Jul-13 FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside Nov-11 FAR 52.219-28 Post Award Small Business Program Representation Jul-13 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-35 Equal Opportunity for Veterans Sep-10 FAR 52.222-36 Affirmative Action for Workers with Disabilities Oct-10 FAR 52.222-37 Employment Reports on Veterans Sep-10 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec-10 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) Sep-09 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.222-54 Employment Eligibility Verification Aug-13 FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts Sep-13 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information- Alternate I May-11 FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items May-08 FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts May-08 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.223-19 Compliance with Environmental Management Systems May-11 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement Dec-07 FAR 52.228-5 Insurance - Work On A Government Installation Jan-97 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-3 Protest After Award Aug-96 FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr-84 FAR 52.237-3 Continuity Of Services Jan-91 FAR 52.242-13 Bankruptcy Jul-95 FAR 52.251-1 Government Supply Sources Apr-12 DFARS 252.201-7000 Contracting Officer's Representative Dec-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.204-7003 Control Of Government Personnel Work Product Apr-92 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb-14 DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country Mar-14 DFARS 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials Apr-12 DFARS 252.225-7048 Export Controlled Items Jun-13 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Mar-08 DFARS 252.232-7010 Levies on Contract Payments Jun-13 DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Jun-13 DFARS 252.243-7001 Pricing Of Contract Modifications Dec-91 DFARS 252.243-7002 Requests for Equitable Adjustment Dec-12 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-13 DFARS 252.247-7023 Transportation of Supplies by Sea Apr-14 DFARS 252.247-7024 Notification of Transportation of Supplies by Sea (Included only if Negative Response is given in provision DFARS 252.247-7022) Mar-00 DFARS 252.251-7000 Ordering From Government Supply Sources Aug-12 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov-12 AFFARS 5352.223-9001 Health and Safety on Government Installations Nov-12 The following clauses will be incorporated by full text in the pursuant contract. FAR 52.217-8 Option to Extend Services, with blank filled in indicating "thirty (30) days." Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days"; second blank indicating "sixty (60) days"; third blank indicating "forty-four (44) months." Mar-00 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires - rates are as follows: Janitor/Housekeeping Aide, WG-2, $13.78; Quality Control Specialist, WG-9, $21.45; Custodial Supervisor, WS-10, $23.35. May-89 FAR 52.223-3 Hazardous Material Identification and Material Safety Data Jan-97 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr-84 DFARS 252.223-7001 Hazard Warning Labels Dec-91 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (to be filled in at time of award) May-13 DFARS 252.232-7007 Limitation of Government's Obligation- to be available for fill-in in the event incremental funding is required. May-06 DFARS 252.237-7023 Continuation of Essential Contractor Services - paragraph (b) change "Mission-Essential Contractor Services" to "Attachment 1, Performance Work Statement" Oct-10 AFFARS 5352.201-9101 Ombudsman (to be filled in at time of award) Nov-12 The below listed provisions apply to the solicitation only and must be printed and returned with the offeror's quote. FAR 52.212-3 Offeror Representations and Certifications --Commercial Items Nov-13 FAR 52.212-3 Alt I Offeror Representations and Certifications --Commercial Items - Alternate I Apr-11 DFARS 252.204-7007 Alternate A, Annual Representations and Certifications Mar-14 DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law - Fiscal Year 2014 Appropriations (Deviation 2014-O0009). See Attachment 9. Feb-14 DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services - paragraph (b) change "Mission-Essential Contractor Services" to "Attachment 1, Performance Work Statement" Paragraph 4.4. Oct-10 The below listed provisions apply to the solicitation only for informational purposes and may require the Offeror to submit documentation as applicable. FAR 52.204-7 System for Award Management Jul-13 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.233-2 Service of Protest - fill in "23 CONS/LGCB 4380B Alabama Rd, Bldg 932, Moody AFB, GA 31699 " Sep-06 FAR 52.237-1 Site Visit Apr-84 FAR 52.252-1 Solicitation Provisions Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 Site Visit: Submit the names of all attendees (not to exceed two (2) per offeror) to Stephen Brooks at stephen.brooks.8@us.af.mil prior to close of business at 4:30 P.M. Eastern on 8 December 2014. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. The subject line shall include the solicitation number. Site visit will be held at 9:00 A.M. Eastern on 10 December 2014 and starting at building Bldg 932, Moody AFB, GA 31699. Questions: Submit all questions in regards to this solicitation to both points of contact prior to close of business at 4:30 P.M. Eastern on 15 December 2014. This is set in order to provide the best opportunity to answer all questions completely and in a timely fashion. Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 4380B Alabama Rd, Bldg 932, Moody AFB, GA 31699 no later than 2:00 P.M. Eastern on Tuesday, 30 December 2014. Email quotes will be accepted and are encouraged. All email quotations shall be marked with the RFQ number and title and sent to both points of contact. Facsimile quotes will not be accepted. Provision at FAR 52.212-1, Instruction to Offerors - Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, Telephone Number of Offeror; Name and Email address of Authorized representative to discuss quote; Any Discount Terms and Acknowledgement of all Solicitation Amendments (if applicable). Offerors shall insert unit prices in the attached pricing schedule and round to the nearest cent (for example $0.02 not $0.0231) and sign below indicating prices to be used. By signing, the offeror agrees with all terms, conditions, and provisions included in the solicitation. Quotations shall also contain all other documentation specified herein. The terms "offerors" and "offers" as written in FAR 52.212-1 are hereby interpreted to mean "quoters" and "quotes" respectively. The Quote Checklist at Attachment 8 is intended to assist quoters in assuring that quotes are complete and properly formatted. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose quotation is judged to represent the best value to the Government, based on price, past performance, and technical factors. Technical and past performance, when combined, are approximately equal to price in relative weight. Price: Evaluation of price will include the total of the base period and all options, as indicated on the last line of the pricing schedule. Technical: Evaluation of technical capability will consist of evaluating proposals to ensure a sufficient essential services plan in accordance with DFARS 252.237-7024 has been submitted by the offeror. Past Performance: References shall be provided for all dormitory and/or hotel custodial or housekeeping services, starting with the current, of at least 45 rooms plus day rooms and common areas running concurrent for at least six (6) months. These services shall also include linen cleaning. Evaluation of past performance will be conducted using the Government's knowledge of previous experience with the contractor on the service being acquired, information found in Government-wide databases such as Past Performance Information Retrieval System (PPIRS), or any other sources available. References to Past performance shall include a point of contact, the contract number, initial contract cost, period of performance, square footage serviced, and population serviced. References shall be limited to a maximum of five (5) pages, 12 point, Times New Roman font, with one (1) inch margins. References for Past performance shall include a point of contact, the contract number, initial contract cost, period of performance, square footage serviced, and population serviced. In the event that the Government exercises its unilateral right to extend services under the clause FAR 52.217-8, Option to Extend Services, the prices in effect for the then most recent period of performance will hold effective for the period of the extension. Primary Point of Contact: Stephen A. Brooks, Email: stephen.brooks.8@us.af.mil, Phone: 229-257-4716 Alternate Point of Contact: Carl T. Massey, Email: carl.massey.2@us.af.mil, Phone: 229-257-4722 ATTACHMENTS: Attachment 1 - DRAFT Performance Work Statement (PWS) Attachment 2 - Wage Determination 05-2131 Rev. 15 Attachment 3 - Pricing Schedule Attachment 4 - Moody Instructions Attachment 5 - Disclosure of Lobbying Activities Attachment 6 - Insurance Certificate Attachment 7 - Financial Information Attachment 8 - Quote Checklist Attachment 9 - DFARS 252.209-7993
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-15-Q-0010/listing.html)
 
Place of Performance
Address: Bldg. 580, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03584748-W 20141204/141202234408-bbaf7deeecec4083b4c3c248cc58b3ca (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.