Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2017 FBO #5717
MODIFICATION

S -- ELKO DISTRICT OFFICE JANITORIAL SERVICE

Notice Date
7/17/2017
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
BLM OC NOC INFRASTR SEC (OC662) DENVER FEDERAL CENTER BLDG. 50 POB 25047 DENVER CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
L17PS00305
 
Response Due
8/11/2017
 
Archive Date
8/26/2017
 
Point of Contact
Blodgett, April
 
Small Business Set-Aside
Total Small Business
 
Description
Janitorial Services for the Elko District Office Complex The purpose of this amendment is to correct the combined solicitation and synopsis to comply with FAR Part 12.603. Amendment 0001 added a Site Visit in accordance with FAR 52.237-1. There will be one scheduled site visit on August 1, 2017 at 9:00 a.m. (pacific time). Please contact Jennifer Tilton at jdtilton@blm.gov if you plan to attend the site visit. In addition, clause 52.208-9, Contractor use of Mandatory Sources of Supply and Services, is incorporated by reference and the following supplies are mandatory supplies through AbilityOne Mandatory Procurement List: Restroom Supplies such as Liquid Soaps, Papertowels and toilet paper, Aerosol Deodorizer, Waste Container Liners, and Urinal Supplies. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)The solicitation number is L17PS00305 and it is issued as a request for proposal (RFP). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular _2005-94, 2005-95 dated 1/19/2017. (iv) This solicitation is issued as a small business set aside and the associated NAICS code is 561720, Janitorial Services, and the size standard is $18 million. (v) This combined solicitation/synopsis is for purchase of the following commercial item(s): Please submit your annual price for the base period of 12 months for janitorial services in accordance with the terms and conditions of this solicitation, including four option periods of 12 months each. Each annual price shall be divisible by 12 equal monthly payments. (vi) Please refer to the Statement of Work (Attachment 1), Clauses and Provisions (Attachment 2), Performance Measurement and Frequency Schedule (Attachment 3) and the Department of Labor Wage Determination 15-5601 (Rev.-1) (Attachment 4). (vii) The place of performance is at Bureau of Land Management, Elko District Office Complex, Elko, Nevada. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The addenda to paragraph (c) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. The respondent shall submit their electronic offer through the Electronic Response feature associated with this solicitation by using FedConnect.net. This website is also linked through the Federal Business Opportunities website: www.fbo.gov. There is no charge for using FedConnect and registration is free. This is an extensive database of federal contracting and grants opportunities. Instructions on submitting an offer utilizing the website can be found of the user guide located at: https://www.fedconnect.net/FedConnect/Default.htm. Proposal submissions that do not adhere to these guidelines may be determined non-responsive to the solicitation and may be disqualified from competition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and 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. The following factors shall be used to evaluate offers in descending order of importance. Past performance and Quality Control Plan, when combined, is significantly more important than price. 1. Past Performance : a.Recent relevant contracts which support past and present performance in the past three years or provide three references who can confirm past performance. To verify performance input, the offeror(s) must provide points of contact, phone numbers and other information relevant to projects completed and in process in the three years preceding the date of this solicitation. Failure to fully comply with the preceding may result on the proposal being dropped from further consideration. b.Offerer(s) lacking past performance will receive a neutral rating. For each relevant contract or reference, the offeror is requested to provide an Agency/Company Point of Contact, Period of Performance, Dollar value of contract, Contract Number and Type of Work, and a brief description of the project and relevance. c.Quality of past workmanship and services ¿ Demonstrated ability to meet the contract specification and conformance to standards of good workmanship. If possible, related projects should be used. d.Customer satisfaction - Any evaluation from a past customer or achievement of a specified goal under past projects should be included e.Timeliness/Responsiveness of Performance - Compliance with schedules on past projects, reliability and responsiveness to customer. f.Business Relations and Performance Statement - Effectiveness of management working relations and cooperative behavior (i.e. relationships and cooperation with customers, identification and resolution of problems and concerns of customer interests). In the case of a Respondent without a record of relevant past performance or for whom information on past performance is not available, the Respondent will not be evaluated either favorably or unfavorably on past performance. 2. A Quality Control Plan shall be submitted with your offer to be technically evaluated. The evaluation criteria are shown in paragraph 1.20 of Attachment 1, Statement of Work. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses under subparagraph (b) apply: _X__ (1) 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). _X__ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X__ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X__ (8) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). _X__ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X__ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X__ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X__ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). _X__ (22) 52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code 561720 Janitorial Services, Size Standard is $18 million _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _X__ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). _X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). _X__ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). _X__ (51) 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). _X__ (57) 52.232-33, Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: _X__ (1) 52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495) _X__ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X__ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). This Statement is for Information Only: It is not a Wage Determination Employee Class and Monetary Wage ¿ Fringe Benefits N/A _X__ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). _X__ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X__ (8) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) (E.O. 13658). _X__ (9) 52.222-62, Paid Sick Leave under Executive Order 13706 (JAN 2017) (E.O. 13706). (xiii) Refer to Attachment 2 for all other applicable clauses and provisions. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. (xv) All proposals shall arrive by the closing date for the receipt of proposals by August 11, 2017, 2017, 5:00 p.m. EST. All questions or requests for clarification must be submitted no later than July 26, 2017, 5:00 p.m. EST to allow enough time for an amendment to be issued. (xvi) Questions must be submitted electronically, by email, by the date specified to April Blodgett, ablodgett@blm.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L17PS00305/listing.html)
 
Place of Performance
Address: Elko District Office 3900 Idaho Street Elko NV 89801 USA
Zip Code: 89801
 
Record
SN04581531-W 20170719/170717234638-98a3ec27edb1618060ab74cc0e6a611d (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.