Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

S -- JANITORIAL SERVICES IN LIHUE, HAWAII - SOW & CLAUSES

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NWWW0000-16-01DT
 
Archive Date
10/3/2015
 
Point of Contact
Doris P Turner, Phone: 303-497-3872, CASEY MCLEAN, Phone: 303-497-4995
 
E-Mail Address
doris.p.turner@noaa.gov, CASEY.MCLEAN@NOAA.GOV
(doris.p.turner@noaa.gov, CASEY.MCLEAN@NOAA.GOV)
 
Small Business Set-Aside
HUBZone
 
Description
DEPT OF LABOR WAGE DETERMINATION REPS & CERTS SF18 SOW & CLAUSES (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWW0000-16-01DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. (IV) This solicitation is being issued as a HUBZone Set-Aside. The associated NAICS code is 561720. The small business size standard is $18.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for the Lihue National Weather Service (NWS) office in Hawaii in accordance with the statement of work for the period of twelve months. Line Item 1001 - Option Year 1; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services the Lihue National Weather Service (NWS) in Hawaii in accordance with the statement of work for the period of twelve months. Line Item 2001 - Option Year 2; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services the Lihue National Weather Service (NWS) office in Hawaii in accordance with the statement of work for the period of twelve months. Line Item 3001 - Option Year 3; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for the Lihue National Weather Service (NWS) office in Hawaii in accordance with the statement of work for the period of twelve months. Line Item 4001 - Option Year 4; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Janitorial Services for the Lihue National Weather Service (NWS) office in Hawaii in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: SEE ATTACHED Statement of Work which applies to Base Year and all Option Years 1 - 4, and Department of Labor Wage Rates for Hawaii: WD 2005-2153, Revision No. 20, dated 07/08/2015, which can be found at: www.wdol.gov. (VII) Period of performance is for a base year and 4 option years. The exact dates will be determined at the time of award. Award is contingent upon availability of funds (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (APR 2014), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Quotes shall be fully executed and returned on the Standard Form 18 (SF-18). 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to Doris.P.Turner@noaa.gov or to Casey.McLean@noaa.gov. 3. Bidder shall have an active registration as a HUBZone firm in the System for Award Management (SAM found at www.SAM.gov in order to be eligible for award. 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. PRE-BID SITE VISIT ALL VENDORS ARE STRONGLY ENCOURAGED TO ATTEND A SITE VISIT. To request a site visit, contact Greg Hall by email at gregory.hall@noaa.gov at least 24 hours before the time of the requested site visit. Site visit should occur no later than Tuesday September 29, 2015. FAR 52.237-1 SITE VISIT (APR 1984) VENDORS ARE URGED AND EXPECTED TO INSPECT THE SITE WHERE SERVICES ARE TO BE PERFORMED AND TO SATISFY THEMSELVES REGARDING ALL GENERAL AND LOCAL CONDITIONS THAT MAY AFFECT THE COST OF CONTRACT PERFORMANCE, TO THE EXTENT THAT THE INFORMATION IS REASONABLY OBTAINABLE. IN NO EVENT SHALL FAILURE TO INSPECT THE SITE CONSTITUTE GROUNDS FOR A CLAIM AFTER CONTRACT AWARD. CAR 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO Doris Turner; email: Doris.P.Turner@noaa.gov or to Casey McLean; email: casey.mclean@noaa.gov QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, September 29, 2015. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a). (a) 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, price and other factors considered. 1) Price; and 2) Past Performance - In addition to written price quotes, offers are instructed to provide at least two references that can provide information pertaining to the offeror's performance of relevant work. Identify all contracts of similar scope, size, complexity that are ongoing or have been completed within the last 3 years. Offeror must provide the contact person, company name, phone number and/or email address. Award will be based on the lowest evaluated price which meets or exceeds the acceptability for non-priced factors. The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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) (X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2015) SEE ATTACHED An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition. SEE ATTACHED (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015) applies to this acquisition. SEE ATTACHED (XIII) The following clauses are also applicable to this acquisition: SEE ATTACHED (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. MDT/MST on Friday October 2, 2015. All quotes must be faxed or emailed to the attention of Doris Turner. The fax number is 303-497-3163 and the email address is Doris.P.Turner@noaa.gov. THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT (XVI) Any questions regarding this solicitation should be directed to Doris Turner through the email address: Doris.P.Turner@noaa.gov or Fax: 303-497-3163 or to Casey McLean; Email: casey.mclean@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWW0000-16-01DT/listing.html)
 
Place of Performance
Address: Lihue airport, 3651-B Ahukini Rd., Lihue, Hawaii, 96766-9702, United States
Zip Code: 96766-9702
 
Record
SN03895919-W 20150923/150921235317-8fde38019ba852001bffd968cf8e7ea1 (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.