Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 11, 2015 FBO #4796
MODIFICATION

S -- OPTION - Bus Cleaning Service

Notice Date
1/9/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
9810 Lowen Road, Bldg. 701 (Temporary Location), Fort Belvoir, VA 22060
 
ZIP Code
22060
 
Solicitation Number
W91QV1-15-T-0010
 
Response Due
1/15/2015
 
Archive Date
7/14/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W91QV1-15-T-0010 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-79. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $18.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-01-15 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Statement of Work. The MICC Fort Belvoir requires the following items, Meet or Exceed, to the following: Base Period of Performance: 01/15/2015 - 01/15/2016 LI 001: Exterior MCI Wash Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 20, EA; LI 002: Interior MCI Wash Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 20, EA; LI 003: Tank Dump Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 10, EA; LI 004: CMRA FFP The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall supply all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, or also known as the Contracting Officer?s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub- Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 15 of each government fiscal year and must be reported by 15 September of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor?s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website., 1, EA; Option 1 Period of Performance: 01/15/2016 - 01/15/2017 LI 001: OPT YR 1 - Exterior MCI Wash Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 77, EA; LI 002: OPT YR 1 - Interior MCI Wash Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 77, EA; LI 003: OPT YR 1 - Tank Dump Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 77, EA; LI 004: CMRA FFP The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall supply all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, or also known as the Contracting Officer?s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub- Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 15 of each government fiscal year and must be reported by 15 September of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor?s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 1, EA; Option 2 Period of Performance: 01/15/2017 - 01/15/2018 LI 001: OPT YR 2 - Exterior MCI Wash Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 77, EA; LI 002: OPT YR 2 - Interior MCI Wash Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses., 77, EA; LI 003: OPT YR 2 - Tank Dump Contractor shall be available daily to provide bus cleaning services, as necessary, to clean up to 8 MCI Passenger buses and other vehicles larger than a sedan on any given day. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform exterior cleaning, interior floors and restrooms to include dumping and flushing restroom holding tanks of the MCI passenger coach buses.., 77, EA; LI 004: OPT YR 2 - CMRA FFP OPT YR 2 - The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall supply all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, or also known as the Contracting Officer?s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub- Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 15 of each government fiscal year and must be reported by 15 September of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor?s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Belvoir intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Belvoir is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. For solicitation with multiple CLINs, each individual CLINs shall be priced and submitted on FEDBID. Pricing for multiple CLINS shall not be lumped into one line item, doing so your quote/proposal will not be considered for award. CLINs with $0 dollar shall be identified as NO CHARGE. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposals, representations and certifications, etc.). You may attach documents with your offer when placing a bid. After you begin the bidding process the attachments feature is located on the 2nd page ?Line Items? or you may submit them to clientservices@fedbid.com to supplement your Bid (e.g., in response to a ?Brand name or Equal/Meet or Exceed? Requirement). Failure to provide any required documents prior to the proposal due date and time will deem your offer non-responsive and ineligible for award. In addition to providing pricing through the marketplace, Sellers must include certain?non-pricing?information as document(s) attached to their Bid, so they are received no later than the closing date and time of this Buy. Pricing will not be accepted if it is included in the attachment(s). Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. A Seller's failure to comply with these terms may result in its Bid being determined to be non-responsive. The following clauses shall apply: 52.204-99 (System for Award Management), 52.209-6 (Protecting the Government's Interest When Sub-Contracting), 52.204-10 (Reporting Executive Compensation and First-Tier Subcontract Awards), 52.212-4 (Contract Terms and Conditions ? Commercial Items), 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items), 52.219-28 (Small Business Representation), 52.222-3 (Convict Labor), 52.222-19 (Child Labor), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Affirmative Action for Workers with Disabilities), 52.223-18 Ban on Texting and Driving, 52.225-1 (Buy American Act Supplies), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.232-33 (Payment by Electronic Funds Transfer ?Central Contractor). In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL IAW FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (Deviation), the offeror must be registered in the System for Award Management (SAM), which took the place of the Central Contractors Registration (CCR); SAM consolidated the Federal Procurement Systems and the Catalog of Federal Domestic Assistance. Currently CCR, FedReg, ORCA and EPLS have been migrated into SAM. If the offeror's information is already in CCR, you do not have to reload your information in the SAM website; however, if the offeror is not registered under SAM the offeror may register at the SAM website http://www.sam.gov. More information can be found at http://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. IAW 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ 5152.233-4000 If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: ? Address: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 ? Fax: (256) 450-8840 ? The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. Bid MUST be good for 45 calendar days after submission
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/25939253b9273d4fa984c65e259097c0)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN03612601-W 20150111/150109234152-25939253b9273d4fa984c65e259097c0 (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.