Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

S -- DISCS CUSTODIAL SERVICES - DISC CUSTODIAL SVCS PKG

Notice Date
3/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Directorate of Business Operations (DBO), 201 12th Street South, Arlington, Virginia, 22202, United States
 
ZIP Code
22202
 
Solicitation Number
HQ0013-18-Q-0041
 
Archive Date
4/6/2018
 
Point of Contact
Woodrow W. Bell, Phone: 7036978952, Nicole Wright, Phone: 703-607-9796
 
E-Mail Address
woodrow.w.bell.civ@mail.mil, nicole.c.wright2.civ@mail.mil
(woodrow.w.bell.civ@mail.mil, nicole.c.wright2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 07 PRS Attachment 06 PPQ Attachment 05 Minimum Standards Tracking Sheet Attachment 04 Evaluation Factors Attachment 03 Instructions to Offerors Attachment 02 Contract Schedule Attachment 01 PWS Solicitation Number: HQ0013-18-Q-0041 Notice Type: Combined Synopsis/Solicitation (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)This solicitation document, HQ0013-18-Q-0041, is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. (iv) This solicitation is issued under FAR Part 13-Simplified Acquisition Procedures. The Defense Security Cooperation Agency (DSCA) seeks to establish a contract between the DSCA and a contractor capable of providing custodial services at the Defense Institute Security Cooperation Studies (DISCS) and the Case Writing Division (CWD). DISCS/CWD requires the services of a contractor to perform custodial services to present a clean, neat and professional appearance. The North American Classification System (NAICS) code is 561720, size standard is $18 million. Award of this requirement will be in accordance with Federal Acquisition Regulation FAR Part 13, Simplified Acquisition Procedures. (v) The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, material, supervision, and other items and non-personal services necessary to perform the support services outlined in the attached performance work statement (Attachment 01). (vi) The Contractor shall all management, tools, equipment, and labor necessary to ensure that custodial services are performed at DISCS/CWD, Building 52, Wright Patterson AFB, Ohio in a manner that will maintain a satisfactory facility condition and present a clean, neat and professional appearance. The contractor shall accomplish all restroom cleaning tasks and DISCS/CWD will provide all hand soap, toilet paper and paper towels in order to meet the requirements of this PWS. (vii) The requirement shall be a Firm Fixed Price (FFP) type contract. (viii) The Government intends to award on initial offers. Therefore all offerors are encourage to read every document attached to this announcement and to submit their best offer. (ix) Requirements are as follows: The Contract Schedule is Attachment 02. (x) Expected Award Date: The expected Award Date is 26 March 2018. (xii) All prices MUST include all applicable fees, gratuities, and service charges. THE FEDERAL GOVERNMENT IS TAX EXEMPT. (xiii) Provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xiv) Provision at FAR 52.252-2, Clauses Incorporated by Reference (available at http://farsite.hill.af.mil) applies to this acquisition. (xv) Provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (xvi) Instructions to Offerors is Attachment 03 a. Questions are due by 11:00 am EST, on 14 March 2018. Questions shall be sent via email to Nicole Wright at nicole.c.wright2.civ@mail.mil and Woodrow Bell at woodrow.w.bell.civ@mail.mil. b. Quotes shall be submitted by 2:00 PM EST, on 22 March 2018, to the point of contact listed below. Offerors shall provide a quote using the pricing schedule provided in the statement of work attached to this combined synopsis/solicitation. c. Proposals shall be submitted to Nicole Wright via email at nicole.c.wright2.civ@mail.mil and Woodrow Bell via email at: woodrow.w.bell.civ@mail.mil. Facsimile submissions will not be accepted. (xvii) 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). (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. The following factors shall be used to evaluate offers: 1. Minimum Acceptability Standards can be found in Attachment 04 Evaluation Factors: 2. The awardee shall be selected with the use of Lowest Price Technically Acceptable Source Selection Process. 3. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. 4. Tradeoffs are not permitted. 5. Proposals are evaluated for acceptability but not ranked using the non-cost/price factors. The lowest priced offer shall be evaluated first. If it is determined to be technically acceptable the evaluation process shall cease, pending a determination the offered price is fair and reasonable. Should the lowest priced offer be determined to be technically unacceptable or the offered price determined not to be fair and reasonable, the process shall continue with the next lowest priced offer and so on until an offer is determined to be technically acceptable at a fair and reasonable price. 6. Exchanges may occur. 7. Non-cost factors: The minimum acceptability standards and Past Performance 8. Past performance: Performance on submitted examples are recent, relevant and confidence. 9. Price: Cost will be evaluated as follows: The propose prices of all CLINs to include optional CLINs shall be evaluated as part of the price evaluation. (b) 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. (xviii)Provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition (offers are to include a completed copy.) The contractor shall be registered in the Online Representations and Certifications Application ORCA at http://orca.bpn.gov/. (xix)Clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition Addendum to FAR 52.212-4. (xx)1. Invoicing WIDE AREA WORK FLOW (WAWF): All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line times (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. WAWF Instructions an interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES AND INFORMATION WILL BE REQUIRED TO ASSURE SUCCESSFUL FLOW OF WAWF DOCUMENTS. CONTRACT NUMBER: To be determined at time of award DUNS CODE: To be determined at time of award ISSUE BY DODAAC: HQ0013 ADMIN BY DODAAC: HQ0013 INSPECT BY DODAAC: HQ0013 ACCEPT BY DODAAC: HQ0013 LOCAL PROCESSING OFFICE DODAAC: HQ0013 PAYMENT OFFICE DODAAC: HQ0347 PAYMENT OFFICE FISCAL STATION CODE: DFAS INDIANAPOLIS (xxii) Clause at FAR 52.212-5(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. Applicable clauses under FAR 52.212-5 are as follows (available at http://farsite.hill.af.mil). 52.203-6 ALT1, Restrictions on Subcontracting Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations;52.219.4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-28, Post Award small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 523222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in persons; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/; 52.233-3, Protest after Award; 52.246-4, Inspection of Services-Fixed Price; 52.252-2, Clauses Incorporated by Full Text (website provided by http://farsite.hill.af.mil). (xxiii) The following DFAR clauses apply to this acquisition: DFARS 252.203-7002, Requirement to inform Employee's of Whistleblower Rights; DFARS 252.203-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A System for Award Management; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items ;252.225-7002, Qualifying Country Sources as Subcontractors; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Request for Equitable Adjustment. Applicable additional clauses under DFARS 252.212-7001 are as follows: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; Gratuities; DFARS 252.232-7003, Electronic Submissions of Payment Requests; 252.247-7023,Transportation of Supplies by Sea. (xxiv) Other clauses that apply. 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015 52.204-3 Taxpayer Identification OCT 1998 52.204-7 System for Award Management OCT 2016 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV2015 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.232-23 Assignment Of Claims MAY2014 52.242-13 252.204-7012 252.225-7048 Bankruptcy Safeguarding Covered Defense Information and Cyber Incident Reporting Export Controlled Items JUL 1995 OCT 2016 JUN 2013 (xxv)The points of contact (POCs) for this acquisition are Woodrow Bell and Nicole Wright. Woodrow can be reached via email at woodrow.w.bell.civ@mail.mil or telephone at (703) 697-8952. Nicole can be reached via email at nicole.c.wright2.civ@mail.mil or telephone at (703) 697-9697. (xxvi)A detailed requirement description is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/edab7089ab81e4f82e0afcea41eedb72)
 
Place of Performance
Address: WPAFB, Ohio, United States
 
Record
SN04847477-W 20180310/180308231211-edab7089ab81e4f82e0afcea41eedb72 (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.