Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2019 SAM #6583
SOURCES SOUGHT

S -- Kitchen Personnel Services

Notice Date
12/6/2019 7:35:33 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W7N8 USPFO ACTIVITY WIANG 128 MILWAUKEE WI 53207-6104 USA
 
ZIP Code
53207-6104
 
Solicitation Number
W50S9G20Q0002
 
Response Due
1/8/2020 11:00:00 AM
 
Archive Date
01/23/2020
 
Point of Contact
Kristin Zahn, Phone: 4149448517
 
E-Mail Address
kristin.n.zahn.mil@mail.mil
(kristin.n.zahn.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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.Solicitation number W50S9G-20-Q-0002 is being issued as a Request for Quote (RFQ) for Kitchen Personnel Services at the 128th Air Refueling Wing.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06, Effective 10 October 2019 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20190531. It is the contractors' responsibility to be familiar with applicable clauses and provisions.The Government intends to award a firm-fixed price (FFP) contract. This acquisition will be set-aside for 100% small business. The anticipated North American Industrial Classification System Code is 561720 - Janitorial Services, with a size standard of $19.5M.The Wisconsin Air National Guard (WI-ANG), 128th Air Refueling Wing in Milwaukee, Wisconsin is interested in contracting for providing all necessary personnel, supervision and other services to perform Kitchen Personnel service as detailed in the attached Performance Work Statement (PWS).Required line items: Please submit a price breakout on the attached spreadsheet as well as a further breakout detailing the cost elements for direct labor, supervision, fringe benefits, overhead and profit.0001-0003 - Kitchen Personnel Service - 1 Feb 2020 - 31 July 2020 (10 days)1001-1003 - Option 1 - 1 August 2020 - 31 July 2021 (24 days)2001-2003 - Option 2 - 1 August 2021 - 31 July 2022 (24 days)3001-3003 - Option 3 - 1 August 2022 - 31 July 2023 (24 days)4001-4003 - Option 4 - 1 August 2023 - 31 July 2024 (24 days)The most current Wage Determination (WD) regarding the Service Contract Act (SCA) will be incorporated into the contract award from the Department of Labor (DOL), and updated with the execution of each subsequent option year.Note: This requirement has been temporarily relinquished from the AbilityOne program until 31 July 2022. If during the purchase exception period SourceAmerica is unsuccessful in locating a not-for-profit agency to perform these services, they will delete the requirement from the Procurement List and we may continue with Options 3 and 4. If they find a NPA that can perform these services, then we may not exercise Options 3 and 4.Place of performance: 128th Air Refueling Wing, 1919 E Grange Ave, Milwaukee, WI 53207SITE VISITWill be held Wednesday, 18 December 2019 at Bldg 611, 1919 E Grange Ave, Milwaukee, WI 53207. If attending, please submit the Visitor Access Form to kristin.n.zahn.mil@mail.mil no later than 13 December 2019.QUESTIONS DUE DATE AND TIME:All questions concerning this solicitation shall be sent via email to kristin.n.zahn.mil@mail.mil NLT 27 December 1:00 PM CST. A question and answer (Q&A) document will be posted approximately 2 business days after all questions have been received.OFFER DUE DATE AND TIME:Offers are due Wednesday, 8 January at 1:00 PM CST. Offerors must provide offer via e-mail only to kristin.n.zahn.mil@mail.milBASIS FOR AWARD: The provision at 52.212-1, Instructions to Offerors-Commercial (DEVIATION 2018-O0013), applies to this acquisition.Instructions to Offerors: Quotes in response to this solicitation must include the Offeror's CAGE Code or DUNS Number. Provide a management plan of the quoted service which will meet or exceed the minimum requirements as prescribed within the PWS. The management plan should clearly demonstrate and adequate understanding of this requirement and all necessary tasks to provide service. Provide pricing using the CLIN structure in the attached spreadsheet. Provide relevant and recent past performance.The provision at 52.212-2, Evaluation-Commercial Items applies and the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Best Value to the government, price and other factors considered. Best Value is defined as an award based on the greatest overall benefit in response to the requirement. Award for this requirement is based on the following evaluation factors: Technical, Past Performance, and Price. Technical and Past performance, when combined, is equal to Price. Technical - Provide a management plan of the quoted service which will meet or exceed the minimum requirements as prescribed within the PWS. The management plan should clearly demonstrate an adequate understanding of this requirement and all necessary tasks to provide Kitchen Personnel Services. Past Performance - Relevant and recent past performance will be reviewed. The Contractor shall submit two (2) of similar work within the past three (3) years. The Government will also evaluate past performance information through the Past Performance Information Retrieval Systems (PPIRS). Offerors are advised that only relevant experience will be evaluated for the purposes of past performance; however, the absence of past performance data will be rated neither favorable nor unfavorable (i.e. neutral). Past Performance will be rated on an acceptable or unacceptable basis using the rating in Table A-1.Include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition. The full text of the reference provisions/clauses may be found at https://www.acquisition.gov/52.217-5 -- Evaluation of Options.Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s).52.217-8 OPTION TO EXTEND SERVICES (NOV 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)(a) The Government may extend the term of this contract by written notice to the Contractor within the time frame of the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://www.sam.gov/portal/public/SAM/within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database prior to any contract award. The Government may not delay award for the purpose of allowing a contractor time to register in SAMThe following FAR/DFAR provisions are applicable to this acquisition:52.204-7 System for Award Management52.204-16 Commercial and Government Entity Code Reporting JUL 201552.204-21 Basic Safeguarding of Covered Contractor Information Systems52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 201552.212-1 Instructions to Offerors--Commercial Items FEB 201252.212-3 Alt 1 Offeror Representations and Certification--Commercial Items DEC 201252.212-4 Contract Terms and Conditions--Commercial Items SEP 201352.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items52.222-3 Convict Labor JUN 200352.222-4 Contract Work Hours and Safety Standards -Overtime Compensation.52.222-21 Prohibition of Segregated Facilities FEB 199952.222-26 Equal Opportunity MAR 200752.222-41 Service Contract Labor Standards52.222-42 Statement of Equivalent Rates for Federal Hires52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment52.222-50 Combating Trafficking in Persons FEB 200952.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 201152.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 201352.233-3 Protest After Award AUG 199652.233-4 Applicable Law for Breach of Contract Claim OCT 200452.237-1 Site Visit52.237-2 Protection of Government Buildings, Equipment, and Vegetation52.237-3 Continuity of Services52.243-1 Changes--Fixed Price AUG 198752.252-2 Clauses Incorporated By Reference FEB 199852.252-6 Authorized Deviations in Clauses APR 1984252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009252.204-7004 Alternate A, System for Award Management252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012252.232-7006 Wide Area WorkFlow Payment Instructions May 2013252.232-7010 Levies on Contract Payments DEC 2006
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/12b89afb1d70406faac158452458bdbb/view)
 
Place of Performance
Address: 53000, WI 53207, USA
Zip Code: 53207
Country: USA
 
Record
SN05511398-F 20191208/191206230253 (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.