SOLICITATION NOTICE
S -- Janitorial Services for Georgia Plant Materials Center - Package #1
- Notice Date
- 7/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Natural Resources Conservation Service - Contracting Services Branch - Team 2
- ZIP Code
- 00000
- Solicitation Number
- AG-2B46-S-16-0026
- Archive Date
- 8/5/2016
- Point of Contact
- Denise Brooks, Phone: 443-482-2917
- E-Mail Address
-
denise.brooks@wdc.usda.gov
(denise.brooks@wdc.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ AG-2B46-S-16-0026 Janitorial Services Total Package Attachment 3 GA Wage Determination Attachement 2 Quote and Vendor Information Sheets Attachment 1 Statement of Work 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. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-2B46-S-16-0026 and is issued as a request for quotation (RFQ). The acquisition is a 100% Small Business Set-Aside. The NAICS code is 561720, business size standard is $18.0 million. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-83. The Government intends to issue a Firm-fixed price service contract for this requirement. This procurement requires the use of biobased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the Federal Biobased Products Preferred Procurement Program (FB4P). The USDA, NRCS has a requirement for janitorial services at the Jimmy Carter Plant Materials Center located at 295 Morris Drive, Americus, GA 31719. This requirement consists of 5 Contract Line Item numbers for services for a base year and 4 (12 month) option periods. The price schedule, statement of work, and service wage determination are included as attachments to this notice. The Statement of Work contains information for attending an organized site visit. Each offeror shall include their proposed delivery schedule as part of their quotation. Acceptance and FOB point are destination. In order to be considered for award offerors shall provide a quotation on company letterhead and include with the bid schedule detailing the unit pricing and references for the proposed item. A minimum of 3 references are required and must have received the proposed services within the last three calendar years. (Government references preferred but will accept commercial references). Price and Past performance will be evaluated to determine the quality of the offeror's demonstrated performance on work similar in size, scope and complexity to this requirement. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS applies, with the following clauses 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor- Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1 Buy American-Supplies; 52.208-9 CONTRACTOR USE OF MANDATORY SOURCES OF SUPPLY OR SERVICES (MAY 2014); 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; 52.222-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts); 52.233-3, Protest after award; 52.223-1 Biobased Product Certification; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, with this offer; a copy of this provision may be obtained at www.acquisition.gov/far. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. The SAM is the Government repository, which retains information on Government contractors. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Potential offerors will be responsible for downloading their own copy of these documents (if any). It is the offerors responsibility to monitor the site for release of the solicitation and any related documents. Furnish quotations to Denise Brooks, Contracting Officer, no later than the response date and time listed in this solicitation. Quotations must be received in writing via facsimile or mail to the contact listed above. Email offers will not be accepted. Any and all questions should be directed to denise.brooks@wdc.usda.gov The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following addenda also apply. These services are for the State of Georgia. The contract will be administered from Annapolis, Maryland. All offers should be sent via US mail not later than 2 p.m. Eastern Time to --DENISE BROOKS (AG-2B46-S-16-0026), USDA NRCS, 339 Busch's Frontage Road, Suite 301, Annapolis, MD 21409-5543. EMAIL Copies will not be accepted. FAR PROVISION 52.212-2, EVALUATION-COMMERCIAL ITEMS APPLIES TO THIS SOLICITATION. EVALUATION-COMMERCIAL ITEMS (OCT 2014) The Government will award a firm fixed price 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. The following factors (listed in descending order of importance) shall be used to evaluate offers: • Technical Capability (to include use of bio-based products): Provide the number of years this specific entity has been doing this type of work. If part of the experience period was doing business under a different business name, identify that business and period separately. Provide a listing of your in-house capabilities and the work you intend to subcontract. Include a list of facilities, supplies, tools, and equipment you intend to use. Identify all biobased products to be acquired, used, and installed in the performance of operations and maintenance. Include past performance experience with the use of biobased products in operations and maintenance and identify any past biobased project management experience; • Experience and Qualifications: Explain who is going to perform the work, their skill level and classification. How many years' experience each person has that will be assigned to this project. Provide an estimate of hours to complete the work required by the specifications and how many individuals will be accomplishing the work; • Past Performance (see FAR 15.304): Provide a listing of your projects for the past three- year period that most closely relates to this type of work. Include dates of performance, the company name, the name of contact person and email address. If you have failed to complete any project in the last three-year period, provide any information regarding the cause or remedy of that particular situation; and • Price: Submit your offer on Attachment 2 Quote sheet with pricing for all five (5) years. 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). 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) In accordance with FAR 15.304, technical capability, experience and qualifications, and past performance, when combined, are significantly more important than price. 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). 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 offeror'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. Offerors are required to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This must be completed at SAM.gov and the registration in an "active" status. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and addenda are not attached. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to this acquisition: (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: 52.233-3 Protest After Award (August 1996) 52.233-4 Applicable Law for Breach of Contract Claim (October 2004) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (August 2013) 52.219-6 Notice of Total Small Business Set-Aside (November 2011) 52.219-28 Post Award Small Business Program Rerepresentation (July 2013) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (January 2014) 52.222-21 Prohibition of Segregated Facilities (April 2015) 52.222-26 Equal Opportunity (April 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (July 2014) 52.222-50 Combatting Trafficking in Persons (March 2015) 52.223-15 Energy Efficiency in Energy-Consuming Products (December 2007) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (August 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (July 2013) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in the contract by reference to implement provisions of law or Executive Orders applicable to acquisitions of commercial items: 52.222-41 Service Contract Labor Standards (May 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) 52.222-55 Minimum Wages Under Executive Order 13685 (December 2014) Additional contract requirement(s) or terms and conditions determined by the Contracting Officer to be necessary for this acquisition and consistent with customary commercial practices: 52.204-9 -- Personal Identity Verification of Contractor Personnel (Jan 2011) (a) ) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD- 12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) ) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) ) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. 52.217-5 Evaluation of Options (Jul 2009) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 52.223-1 -- Biobased Product Certification (May 2012) As required by the Farm Security and Rural Investment Act of 2002 and the Energy Policy Act of 2005 (7 U.S.C. 8102(c)(3)), the offeror certifies, by signing this offer, that biobased products (within categories of products listed by the United States Department of Agriculture in 7 CFR part 3201, subpart B) to be used or delivered in the performance of the contract, other than biobased products that are not purchased by the offeror as a direct result of this contract, will comply with the applicable specifications or other contractual requirements. 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts (Sep 2013) (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless- (1) The product cannot be acquired- (i) Competitively within a time frame providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following: (i) Spacecraft system and launch support equipment. (ii) ilitary equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.biopreferred.gov. (c) In the performance of this contract, the Contractor shall- (1) Report to http://www.sam.gov, with a copy to the Contracting Officer, on the product types and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; and (2) Submit this report not later than- (i) ) October 31 of each year during contract performance; and (ii) At the end of contract performance. 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. 452.209-71 Assurances Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants (Deviation 2012-01) (Feb 2012) (a) This award is subject to the provisions contained in sections 738 and 739 of the Agriculture, Rural Development, Food and Drug Administration, and Related Agencies Appropriations Act, 2012, P.L. No. 112-55, Division A, as amended and/or subsequently enacted, regarding corporate felony convictions and corporate federal tax delinquencies. Accordingly, by accepting this award the contractor acknowledges that it- (1) does not have a tax delinquency, meaning that it is not subject to any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, and (2) has not been convicted (or had an officer or agent acting on its behalf convicted) of a felony criminal violation under any Federal or State law within 24 months preceding the award, unless a suspending and debarring official of the United States Department of Agriculture has considered suspension or debarment of the awardee, or such officer or agent, based on these convictions and/or tax delinquencies and determined that suspension or debarment is not necessary to protect the interests of the Government. (b) If the awardee fails to comply with these provisions, the NRCS may terminate this contract for default and may recover any funds the awardee has received in violation of sections 738 or 739, as amended and/or subsequently enacted. 452.211-74 Period of Performance (February 1988) The estimated start date is August 1, 2016 for the base period (August 1, 2016-July 31, 2017) with the possibility of four (4) additional one-year option periods. Please refer to the following documents which are hereby incorporated and made a part of this solicitation: Attachment 1 - Work Statement (15 pages) Attachment 2 - Quote Sheet and Vendor Information Sheet (2 page) Attachment 3 - Service Contract Wage Determination (10 pages) Offers are due no later than Thursday, July 21, 2016, 2:00pm Eastern Time. Offers will be directed to the following address: USDA NRCS Attn: Denise Brooks (AG-2B46-S-16-0026) 339 Busch's Frontage Road, Suite 301 Annapolis, MD 21409-5543 Faxed offers will be accepted. Quotes shall be submitted on company letterhead, signed, dated and sent via fax to Denise Brooks, Contracting Officer at 888-432-9029 no later than Thursday, July 21, 2016, 2:00 p.m. ET. The Government intends to make an award based on the best value to the Government. In order to be considered, a contractor must submit the following in response to this RFQ (failure to provide this information will result in a non-responsive quote): 1. Completed Quote Sheet (attachment 2); 2. Completed Vendor Information Sheet (attachment 2, page 2); 3. Technical proposal, experience/qualifications and past performance information; and 4. Active/complete registration in SAM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d85d0546fa0d06c1d3819cf45457a380)
- Place of Performance
- Address: Jimmy Carter Plant Materials Center, 295 Morris Drive, Americus, Georgia, 31719, United States
- Zip Code: 31719
- Zip Code: 31719
- Record
- SN04171999-W 20160708/160706234317-d85d0546fa0d06c1d3819cf45457a380 (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 |