Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2019 SAM #6579
SOLICITATION NOTICE

S -- Restroom Deodorizer Drip Service

Notice Date
12/2/2019 12:06:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
W25G1V20R0002
 
Response Due
12/9/2019 10:00:00 AM
 
Archive Date
12/24/2019
 
Point of Contact
Cheryl A. Saylock, Contract Specialist, Phone: 5706157517
 
E-Mail Address
cheryl.a.saylock.civ@mail.mil
(cheryl.a.saylock.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice amended to include attached Q&A #2.Notice amended to include Q&A #1 and PWS titled "Atch 1 PWS AMENDMENT1".COMBINED SOLICITATION/SYNOPSIS - NO PAPER SOLICITATIONW25G1V-20-R-0002This 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06. This is 100% small business set-aside under NAICS Code 561720, size standard is $19.5 million dollars. Request for Proposal (RFP) W25G1V-20-R-0002 applies. This procurement is being conducted under the requirements of FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Procedures for Certain Commercial Items. It is the intention of the Government to award a Firm Fixed-Price single contract for one (1) base year of 12 months and four (4) 12-month option years, if exercised by the Government.Tobyhanna Army Depot (TYAD), Tobyhanna, PA, has a requirement for a service contract to provide Deodorizing Drips Maintenance to approximately 920 automatic deodorizing liquid dispensers throughout TYAD. Services include refilling the deodorizer liquid on a monthly basis to maintain a pleasant and even fragrance at all times. Services shall include furnishing and installing automatic dispensing units as needed/requested by the Government at no additional charge. Requirements will be in accordance with the Performance Work Statement (PWS) (Atch 1) for this service requirement. A Material Safety Data Sheet (MSDS) on any products proposed must be with submission of proposal.Award evaluation and basis for award will be performed in accordance with FAR 52.212-2, Evaluation - Commercial Items. Offerors are cautioned award may not necessarily be made to the lowest priced offer. Offer shall be submitted and award made by the Government on an all-or-none basis. Therefore, offers are solicited on that basis only.52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014)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 award will be based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government, with appropriate consideration given to the three (3) evaluation factors: technical, past performance and price. Offerors are advised that award may not necessarily be made to the lowest price offeror.PAST PERFORMANCEPast Performance will be a valid discriminator among the proposals received. Offerors shall submit a list of the most relevant Government and commercial contracts (prime and major subcontracts) during the past 5 years only, which are relevant to the efforts required by this solicitation. The minimum required citations is 1, the maximum citations is 3. Performance Risk Assessment Questionnaire (PRAQ) (Atch 5). For all contracts identified herein, Performance Risk Assessment Questionnaires must be completed and submitted. The offeror shall complete Part I of the PRAQ and e-mail the questionnaire to both the Government contracting activity and technical representative responsible for each past/current contract or the commercial POC. The contractor shall instruct the Government/Commercial POCs to electronically complete Part II of the PRAQ, and to then e-mail the entire questionnaire by the time and date identified as the solicitation closing date, to the Contracting Specialist at cheryl.a.saylock.civ@mail.mil. The offeror shall provide the Contracting Officer a list of all the POCs (Company name/POC) who were sent a questionnaire in their proposal response and date e-mailed to POC (month/day).Options. Special Notice is provided to include Solicitation provision(s) FAR 52.217-5, Evaluation of Options, and FAR 52.217-9, Option to Extend the Term of the Contract. The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.Contractor Manpower Reporting Requirements - In accordance with PWS (Atch 1), Page 6, 4.13.Pricing must be provided via Atch 4 - Offeror's Proposed Pricing Worksheet. Parties interested in responding to this Request for Proposal (RFP) shall complete a standard form (SF) 1449 http://www.forms.gov, blocks 5, 12, 17a, 17b, 19 thru 24, 30a, and 30b; and 30c. The offer must be signed by a company official authorized to contractually bind the company. Completed SF1449 and other information may be submitted via email to cheryl.a.saylock.civ@mail.mil, and/or in electronic copy to https://beta.sam.gov by the date specified for receipt of offers which is 1:00 PM EST, December 9, 2019.Proposal, along with all Deliverables noted below, must be submitted by Combination/Synopsis closing date/time in order to be considered.Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered.The minimum acceptable acceptance period for offers is ninety (90) days from the date specified in block 8 of the SF 1449.Any amendments issued to this solicitation will be synopsized in the same manner as this solicitation. All Offerors are advised to acknowledge all amendments issued to the solicitation with their proposal by signing and including one copy of the amendment with their proposal.APPLICABLE Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS): See Clauses (Atch 7) for all Applicable FAR & DFARS Clauses, applicable to this combined synopsis/solicitation and any resultant award. The offeror will be required in award to comply with applicable clauses for payment under DFARS 252.232-7003, Army E-Invoicing and Receiving Report Instructions and DFARS 252.232-7006, Wide Area Workflow Instructions, which will be included in any resultant contract. Full text clauses (FAR and DFARS) may be found at https://www.acquisition.gov.Please note that the Service Contract Labor Standards applies (Atch 6) and therefore the following clauses are incorporated into this requirement:FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, and FAR 52.222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment (Multiple Year and Option).Offeror shall fully complete the Certifications/Representations, Exceptions and Amendments unless offeror is currently registered with an active status in System for Award Management (SAM.GOV) and offeror indicates such in their proposal, parties interested in responding to this Combined Solicitation/Synopsis shall complete the following Representations & Certifications if required in the applicable FAR clause:FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal LawFAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Alt 1) CONTRACTOR SUBMITTED QUESTIONSOfferors are advised to submit any questions regarding this solicitation in writing as soon as practical but no later than seven (7) calendar days prior to solicitation response date. Answers will be consolidated and posted to https://beta.sam.gov only in the form of Questions and Answers or, if required, an amendment to the solicitation. Questions received after this time may not be answered.ATTACHMENTS:Atch 1 - Performance Work Statement (PWS)Atch 2 - Bathroom ListingAtch 3 - Quality Assurance Surveillance Plan (QASP)Atch 4 - Offeror's Proposed Pricing WorksheetAtch 5 - Performance Risk Assessment Questionnaire (PRAQ)Atch 6 - Wage DeterminationsAtch 7 - Clauses508 COMPLIANCEContractor must also meet the applicable accessibility standards at 36 CFR part 1194 per FAR 39.2, Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) and the Architectural and Transportation Barriers Compliance Board Electronic and Information Technology (EIT) Accessibility Standards (36 CFR part 1194). Information may be found at the following websites:Section 508. http://www.section508.govSection 508 - Electronic and Information Technology. 21 December 2000, http://www.usdoj.gov/crt/508/508law.pdfPROPOSAL SUBMISSIONS:1. Contractor Proposal w/required MSDS2. Signed 1449 as noted above3. Applicable FAR/DFAR clauses (Atch 7)4. Three (3) Past Performance References as noted above (Page 2)5. Performance Risk Assessment Questionnaire (PRAQ) (Atch 5)6. All Signed Amendments noted above7. Contractor’s submitted Offeror’s Proposed Pricing Worksheet (Atch 4)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/625297d19ca941e9a475e542e9cdc509/view)
 
Place of Performance
Address: 76960, PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN05506330-F 20191204/191204045509 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.