Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2018 FBO #5987
SOLICITATION NOTICE

99 -- Harry S Truman Lake Facilities Clean-Up Services - Combine Synopsis and Solicitation

Notice Date
4/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-18-R-1032
 
Archive Date
5/4/2018
 
Point of Contact
Willie E. Hodges, Phone: 8163893469
 
E-Mail Address
willie.e.hodges@usace.army.mil
(willie.e.hodges@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Copy of Synopsis and Solicitation. SYNOPSIS/SOLICITATION Ibis 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. Ibis announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is W912DQ-18-R-1032 and it is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 1 January 2018. The Kansas City District has a requirement to provide custodial services at Harry S. Truman Lake located at 15968 Truman Dr. in Warsaw, MO, 65355. The successful offer will be awarded a Firm Fixed Price contract with one base year and two single option years for a total of three years. Offerors may propose for one or both areas. The Government may award up to two contract from this solcitation. The Contractor shall be responsible for maintaining the facilities at Harry Truman Lake in a clean and sanitary condition, as defined in the Performance Work Statement(s). Ibis RFP shall be set aside as 100% small business. The associated North American Industry Classification System (NAICS) code is 561720. The business size standard is $18,000,000.00. Proposals/offers shall be submitted via e-mail in the following format Adobe.pdf or Micro-soft.word. No other formats will be accepted. Proposals are due on 19 April 2018 at 10:00 A.M CST. All offerors must be good for at least 90 days from when proposals are due. FAR 52.212-1, Instructions to Offerors -Commercial, does apply to this acquisition with no addenda to the provision. FAR 52.212-2, Evaluation -Commercial Items, does apply to this acquisition. The specific evaluation criteria to be included are detailed in Section M of this combined synopsis/solicitation. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Ibis provision is included in Section K of this combined synopsis/solicitation. If the offeror(s) representations and certifications in the System for Award Management (SAM) website, are up-to-date then this provision is not required to be submitted with the offeror's proposal. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items, applies to this acquisition. The specific clauses required are detailed in Section I of this combined synopsis/solicitation. OFFERORS INTERESTED IN RESPONDING TO THIS RFP MUST SUBMIT THEIR PROPOSAL ON TIIE ATTACHED SYNOPSIS/SOLICITATION. Award will be made to the offeror providing the best value. Any questions regarding to this synopsis/solicitation must be submitted by e-mail to the point of contact below. In accordance with FAR 52.212-l(k), the prospective awardee shall be registered and active in the Central Contractor Registration (CCR) database prior to award. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov/ or by calling (866) 606-8220. The due date for the receipt of proposals is 19 April 2018. The due date for receipt of questions in regards to this synopsis/solicitation is Five (5) calendar days prior to the due date for the receipt of proposals. Please use the below address if you decide to mail in your proposal Make sure you include the name of the project (Harry S. Truman Lake Facilities Cleanup), solicitation number (W912DQ-18-R-1032) and specific Park Location (i.e.Osage Bluff, Thibault/Sterett or both if you are making an offer for both locations) in the lower right hand comer on the outside of the envelope. The same information should be included in the subject block of your email if you decide to send your proposal electronically: Willie Hodges ATTN: CECT-NWK-C 647 Federal Building Kansas City, Missouri 64106 The Government reserves the right to cancel this combined synopsis/solicitation at any time. All questions should be emailed to Mr. Willie Hodges at Willie.E.Hodges@usace.anny. mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-18-R-1032/listing.html)
 
Place of Performance
Address: Harry S. Truman Project Office, 15968 Truman Road, Warsaw, Missouri, 65355, United States
Zip Code: 65355
 
Record
SN04889130-W 20180415/180413230749-a1d9188cdc2a13cee7a835afae97b695 (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.