Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOLICITATION NOTICE

S -- Crystal Basin and Highway 50 Recreation Site Janitorial Services

Notice Date
12/3/2019 1:35:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USDA FOREST SERVICE NEVADA CITY CA 95959 USA
 
ZIP Code
95959
 
Solicitation Number
129JGP20Q0005
 
Response Due
12/18/2019 3:00:00 PM
 
Archive Date
02/01/2020
 
Point of Contact
Gloria Trahey, Phone: 530-543-2612, Becky Shufelt, Phone: 530-647-5432
 
E-Mail Address
gloria.trahey@usda.gov, rebecca.shufelt@usda.gov
(gloria.trahey@usda.gov, rebecca.shufelt@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTIONThis is a combined synopsis/solicitation for a commercial service item prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) Part 12 - Acquisition of Commercial Items, and FAR Part 13 - Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. Solicitation number 129JGP20Q0005 is issued as a Request for Quotation (RFQ). The awarded contract will be a firm fixed-price contract.The Eldorado National Forest is soliciting quotes for restroom cleaning at recreation sites along the Crystal Basin - Highway 50 corridor. These sites are on the Pacific and Placerville Ranger Districts. The Placerville Ranger District Office is located at 4260 Eight Mile Road, Camino, CA 95709. The Pacific Ranger District Office is located at 7887 Highway 50, Pollock Pines, CA 95726-9602. Specific site locations are in the attached statement of work and map.This acquisition is a 100% Small Business set-aside. The applicable NAICS code is 561720- Janitorial Services. The corresponding size standard is $19.5 million.LINE ITEMSLine Item 001: (A through S); Base Year, Restroom Cleaning (12/20/2019 through 12/31/2020)Line Item 002: (A through S): Option Year 1, Restroom Cleaning (01/01/2021 through 12/31/2021)Line Item 003: (A through S): Option Year 2, Restroom Cleaning (01/01/2022 through 12/31/2022)Line Item 004: (A through S): Option Year 3, Restroom Cleaning (01/01/2023 through 12/31/2023)Line Item 005: (A through S): Option Year 4, Restroom Cleaning (01/01/2024 through 12/31/2024)DESCRIPTION OF REQUIREMENTSThe intent of this contract is to have all toilet facilities cleaned within each individual site in the Crystal Basin and Highway 50 recreation areas (refer to map). Cleanings will include both interior and exterior of toilet building, as well as 10’ radius surrounding each toilet building and will occur once to several times a week depending on the needs of each site. See the attached Statement of Work for details.CONTRACT PERIOD OF PERFORMANCEThe period of performance of this contract is from December 20, 2019 through December 31, 2024.INSTRUCTIONS TO OFFERORS/SUBMISSION OF QUOTESAll responsible sources may submit an offer which will be considered by the government. Prospective contractors must be registered in the System for Award Management (SAM) prior to submitting a quote. Offerors may obtain information on registration and annual confirmation requirements via the internet at: www.sam.gov Quotes must be received by December 18, 2019, by 3PM Pacific Time. Send quotes to Gloria Trahey via e-mail at gloria.trahey@usda.gov Only e-mailed quotes will be accepted. It is your responsibility to confirm that your quote has been received. Please include solicitation number 129JGP20Q0005 in the subject line of your e-mail.Quotes will be evaluated on price, technical capability (experience), incorporation of bio-based and/or EPA-designated products, and past performance. The Contract will be awarded to the offeror whose submittal, in compliance with the solicitation, is the best value to the Government. The FAR provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Please include the following with your quote: Past performance information and technical experience information (complete the Capability Questionnaire or provide same information); Quality Control Plan and Safety Plan; A list of bio-based and / or EPA-Designated products to be used. Base and Option Year pricing (complete the attached Schedule B of Items).Any prospective contractor desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request in writing from the Contracting Officer soon enough to allow a reply to reach all prospective contractors before the solicitation closing date. Oral explanations or instructions given before the award of a contract will not be binding. CLAUSESThe clauses and provisions for this solicitation are those in effect through the FAR Circular 2020-1, 11-12-2019. Full text can be found at https://www.acquisition.gov/?q=browsefarSee the attached “Clauses” document for full list applicable to this solicitation.Commercial Item Clauses Incorporated by Reference:FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2018)FAR 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2018)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (OCT 2019), applies to this acquisition. See the attached “Clauses” document for full-text.FAR 52.232-18 Availability of Funds (APR 1984)Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.SITE VISITThere will be no formal site visit. To arrange a site visit, please contact Becky Shufelt at 530-647-5432.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/41ac0ef3b84c4325a3ad0a30487c1eef/view)
 
Place of Performance
Address: 58030, CA 95726, USA
Zip Code: 95726
Country: USA
 
Record
SN05507343-F 20191205/191204050231 (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.