SOLICITATION NOTICE
79 -- Janitorial Supplies, Zion National Park, Utah - Attachment
- Notice Date
- 3/27/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423850
— Service Establishment Equipment and Supplies Merchant Wholesalers
- Contracting Office
- NPS, IMR - Lakewood MABO 12795 W Alameda Parkway Lakewood CO 80228 US
- ZIP Code
- 00000
- Solicitation Number
- P15PS00609
- Response Due
- 4/13/2015
- Archive Date
- 6/10/2015
- Point of Contact
- Carter, Jacqueline
- Small Business Set-Aside
- Total Small Business
- Description
- P15PS00609 Draft Agreement, Include Evaluation Criteria Price List - PDF Price List - Excel Notice to Supplier - Easy Read See attached documents for a PDF plus fillable MS Excel of Product - Item/Price List-- This is a combined solicitation synopsis in accordance with Federal Acquisition Regulation Parts 5 and 12. SET-ASIDE: Total Small Business Set-Aside, NAICS: 423850, Service Establishment Equipment and Supplies Merchant Wholesalers PSC/FSC: 7930, Cleaning and Polishing Compounds and Preparation Pursuant to Federal Acquisition Regulation Parts 12 & 13, the terms of this agreement the Contractor agrees to the following terms of a BPA EXCLUSIVELY WITH the National Park Service, Intermountain Region (IMR), Zion National Park, Utah 84767 for restroom, cleaning, housekeeping, and janitorial products and supplies. (1)Supplies and Products for the purpose of housekeeping, and building clean-up are authorized to be ordered under this BPA. All orders placed against this BPA are subject to the terms and conditions set forth in this agreement unless otherwise modified by both parties. Products/Supplies include the following brand name or approved equal or AbilityOne (formerly JWOD) exact match items (as indicated with an asterisk ¿ * ¿ in the Item Description)-- Prices must be valid for 365 calendar days from the date of award and will be re-validated each year, unless otherwise negotiated. The following item list is in the follwoing order:#Item, Description, Brand Name or Equal, Part Number/Model or NSN, Unit of Issue:1)2 ply tissue, Brady Just Right 9 ¿ Jumbo Allied West Paper Corp PK1210 10132 8540-01-590-9073 Case/12 per; (2)Vertical Four Roll Coreless Tissue Dispenser, 11.875 ¿x13.875 ¿7.500 ¿Compact Quad ® 56744 Each/1; (3) 2-Ply Bathroom Tissue, Coreless High Capacity 1,500 sheets 3.850 ¿x4.050 ¿, 5.75 ¿ Diameter Compact ®19378 Package/18 Rolls per; (4) Foam Skin Care Dispenser 800ml, 1.2 ¿x2.6 ¿x1.2 ¿ Rubbermaid FG450017 Each/1; (5)Dispenser Electric Alliance black Wausau 89000 BD 8000 Each/1; (6)Towel Roll Softone Deluxe, 6/1000 Wausau PG 1000 31021 Case/6 per; (7)Dispenser Soap Foam Manual Brady FG450013 CN7510 450013 Each/1; (8)Sanitizer Hand Foam, 800ML Rubbermaid FG750590 CM1007 CM7508 Case/6 per; (9) Soap Foam Green Seal, 1000 ml Rubbermaid CM7506 750383 FB750383 Each/1; (10) Latex Gloves, Medium* 6515-00-NIB-0308 ; (11)Latex Gloves, Large* 6515-00-NIB-0309; (12) Latex Gloves, X- Large* 6515-00-NIB-0310; (13) Latex Gloves, XX-Large ; (14)Sanitary Wax Bags; (15) Receptacle Can Liners, 10 gallon* 8105-01-517-1370; (16) Receptacle Can Liners, 16 gallon* 8105-01-517-1365; (17) Receptacle Can Liners, 33 gallon* 8105-01-557-4983; (18)Receptacle Can Liners, 45 gallon*8105-01-557-4984; (19)General Purpose Cleaner* 7930-00-357-7386; (20) Glass Cleaner* 7930-01-555-2898; (21)Toilet Cleaner Simple Green; (22)Foam Hand Sanitizer* 8520-01-556-2834; 2(23)Wave 2.0 Deod Urinal Screen, Mango Orange Waxie160342; (24)Waxed Paper Liners for Wall Unit Hosperco HS-6141; (25)Occasionally, additional items (not exceeding the micro-purchase threshold) may be added as determined by the Contracting Officer (to include being in scope and fair and reasonable);(26) OTHER DIRECT COST (ODC)-- A.Shipping cost will be based on: **[Describe and include URL]Per Order **; (27) LARGE QUANTITY DISCOUNT May be requested by the Government for large orders. (13) 52.212-4, CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (Dec 2014), Incorporated by reference (a) Addendum to 52.212-4: (g) Invoicing ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS- INVOICE PROCESSING PLATFORM (IPP) - DIAPR 2011-04 April 2013 (14) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Mar 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (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 ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (15) 52.212-5, Addendum: 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights, Apr 2014 52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000, May 2014 52.252-2 Clauses Incorporated by Reference, Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm or http://www.ecfr.gov/ 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES, April 1984 (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ¿(DEVIATION) ¿ after the date of the clause. (b) The use in this solicitation or contract of any Department of Interior Acquisition Regulation (48 CFR 14) clause with an authorized deviation is indicated by the addition of ¿(DEVIATION) ¿ after the name of the regulation. (End of Clause) (16) PROVISIONS: 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ¿Representation (DEVIATION 2015-02) 52.211-6, Brand Name or Equal (Aug 1999) 52.212-1, Instructions to Offerors -- Commercial Items, Apr 2014 (Incorporated by Reference) 52.212-1, Addendum: Submit the following on company ¿s letter head via FEDCONNECT.net or by email jacqueline_carter@nps.gov-- (a) Complete the Item Sheet. Your company may quote on all or some. The highlighted areas may be revised, as needed. Submit as a(n) ¿ (i) editable MS Excel file and (ii) PDF on company ¿s letterhead (b) If proposing items that are considered an ¿equal ¿ provide the product data information. (c) Respond to this question ¿Is your company an authorized AbilityOne (formerly JWOD) distributor? Yes No (d) Your company must be in and active in the System for Award Management, SAM.gov. Provide DUNS number here: __________________. (e) Update the highlighted areas (above) with your company ¿s information (i.e. Point of contact information (i.e. name, title, phone, email, phone, mail address) (f) Validation that as a quoter your company recognizes that proposed maximum prices are good for 365 calendar days after award. Yes No 52.212-2 -- Evaluation -- Commercial Items, Oct 2014 (a) The Government anticipates awarding one, but reserves the right to award more than one contracts/agreements resulting from this solicitation to the responsible offeror (in accordance with Federal Acquisition Regulation (FAR) Part 9) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet or exceed the Government requirement, to include equals that are compatible with existing holders; a) Authorized to distribute AbilityOne products will be assessed more favorably. b) Ability to provide all items on the list will be assessed more favorably. Quoters may propose on all or some. The more items that are available by the quoter the more favorably the quoter will be assessed. (ii) price; a) Each price must be determined fair and reasonable in accordance with FAR Part 12 and 13. b)Overall lower prices will be assessed more favorable. (iii) past performance; a)Must be determined acceptable. Technical is approximately equal when compared to price. Past performance is assessed as ¿acceptable ¿ or ¿unacceptable ¿. (b) [Not used] (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. (End of Provision) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, Mar 2015 52.252-1 Solicitation Provisions Incorporated by Reference, Feb 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm or http://www.ecfr.gov/ DUE DATE AND TIME: 13 April 2015, Monday, 1:00 pm Mountain Time BE SURE TO READ IN ITS ENTIRETY (to include the attachments) AND RETURN QUOTE BY THE DUE DATE AND TIME VIA FEDCONNECT.NET or by email to the Contracting Officer (see email address below): POC for Questions is the Contracting Officer, Jacqueline E. Carter, 303-969-2866, jacqueline_carter@nps.gov No other notice will be issued. Quotes will only be accepted by responsible company's as required by FAR Part 9, and meeting the requirements of this combined solicitation synopsis. Any selected awardee must be actively registered in the System for Award Management, which is found at sam.gov. (There is no cost to register) The Government will not reimburse any interested parties for any monies spent to provide a response to the combined solicitation/synopsis. Attachments(Additonal Information): 1. PDF - Notice to Quoter (Excerpt - Easy Read of the Synopsis of the above) 2. Excel - Price List and 3. PDF - Price List 4. Draft Agreement minus the awardee's pricing and including the Evaluation Criteria
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS00609/listing.html)
- Record
- SN03681172-W 20150329/150327234540-6617557ce6a08ff82409c6b351d30f52 (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 |