Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

S -- Custodial Services - PWS & WD

Notice Date
8/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-Q-7021
 
Archive Date
9/22/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act (SCA) Wage Determination Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial services 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. This solicitation: W912JV-18-Q-7021 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 561720 and the small business size standard is $18M. This requirement will seek supplies and services under a base plus four option year contract under FAR 17.204(e) with a possible extension of six months under FAR 52.217-8. The following commercial items and services are requested in this solicitation: CLIN 0001 - 12 Months - Custodial Services Bldg. 127 - Base Year -Custodial services in accordance with Performance Work Statement (PWS) CLIN 0002 - 12 Months - Custodial Services Bldg. 208 - Base Year -Custodial services in accordance with Performance Work Statement (PWS) CLIN 1001 - 12 Months - Custodial Services Bldg. 127 - Option Year 1 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 1002 - 12 Months - Custodial Services Bldg. 208 - Option Year 1 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 2001 - 12 Months - Custodial Services Bldg. 127 - Option Year 2 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 2002 - 12 Months - Custodial Services Bldg. 208 - Option Year 2 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 3001 - 12 Months - Custodial Services Bldg. 127 - Option Year 3 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 3002 - 12 Months - Custodial Services Bldg. 208 - Option Year 3 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 4001 - 12 Months - Custodial Services Bldg. 127 - Option Year 4 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 4002 - 12 Months - Custodial Services Bldg. 208 - Option Year 4 -Custodial services in accordance with Performance Work Statement (PWS) CLIN 5001 - 6 Months - Custodial Services Bldg. 127 - FAR 52.217-8 Extension -Custodial services in accordance with Performance Work Statement (PWS) CLIN 5002 - 6 Months - Custodial Services Bldg. 208 - FAR 52.217-8 Extension -Custodial services in accordance with Performance Work Statement (PWS) The location of contract performance is as follows: 173 FSF Bldg. 127 & 208 Kingsley Field ANGB, Klamath Falls, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0013). All proposals shall be sent to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Proposals are required to be received no later than 7 September 2018, 12:00 PM PDT. Oral proposals will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being awarded "in care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. The Government will award a purchase order 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 government intends to select the technically acceptable proposal with the lowest evaluated price. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed provision with their proposal. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-22 - Alternative Line Item Proposal FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.217-8 -- Option to Extend Services. FAR 52.217-9 -- Option to Extend the Term of the Contract. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Representation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-41 -- Service Contract Labor Standards. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 11150 - Janitor $13.85 -- $4.48 11122 - Housekeeping Aide $13.85 -- $4.48 (End of Clause) FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.222-55 -- Minimum Wages Under Executive Order 13658. FAR 52.222-62 -- Paid Sick Leave Under Executive Order 13706. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.215-7008 -- Only one Offer. DFARS 252.225-7001 -- Buy American and Balance of Payments Program DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.225-7050 -- Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.244-7000 -- Subcontracts for Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-Q-7021/listing.html)
 
Place of Performance
Address: Kingsley Field, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN05054664-W 20180826/180824230802-584729e7a17dfcf9fda9400f36ffc0aa (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.