Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2019 SAM #6586
SOLICITATION NOTICE

S -- Request for Quotation (RFQ) Janitorial Services Beeville Texas

Notice Date
12/9/2019 12:38:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR620Q00000018_01
 
Response Due
12/23/2019 8:59:59 PM
 
Archive Date
06/20/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 70FBR620Q00000018_01 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 with a small business size standard of $18.00M. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-12-23 17:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Place of Performance.The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: LI 001: Base Period: 3 Month period of performance (POP) on the day the award is released. POP: 12/24/2019 -- 03/23/2020Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 002: Option Period 1: 3 Month POP after initial Base PeriodPOP: 03/24/2020 -- 06/23/2020Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 003: Option Period 2: 3 Month POP after initial Option Period 1POP: 06/24/2020 -- 09/23/2020 Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 004: Option Period 3: 3 Month POP after initial Option Period 2 POP: 09/24/2020 -- 12/23/2020Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 005: Option Period 4: 3 Month POP after initial Option Period 3 POP: 12/24/2020 -- 03/23/2021Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 006: Option Period 5: 3 Month POP after initial Option Period 4 POP: 03/24/2021 -- 06/23/2021Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 007: Option Period 6: 3 Month POP after initial Option Period 5POP: 06/24/2021 -- 09/23/2021Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 008: Option Period 7: 3 Month POP after initial Option Period 6 POP: 09/24/2021 -- 12/23/2021Additional information in the attached Performance Work Statement. The contractor shall provide all equipment, labor, materials and supplies necessary to provide Janitorial Services located at 2745 Byrd Street, Hangar VT-24, Beeville TX 78102 approximately 9,896 square feet (see attached PWS). Vendor�s crew will perform normal janitorial services at the FSA. Those services include twice weekly sweeping and mopping of five (5) Mobile Housing Units (MHU) and 1st floor hard floor surfaces located in five (5) hangar offices, break areas, and loft. Hangar drive through area is excluded from cleaning, except the emptying of trash cans. Light dusting & surface cleaning in hangar offices and five (5) MHU�s. Outer surface of refrigerators, microwaves, tables wiped down once per week in the break rooms. There will be no cleaning and upkeep for the unoccupied 2nd floor offices in hangar and all restrooms are excluded from cleanings and stocking supplies., 3, Months;LI 009: This CLIN is for an initial deep cleaning as follows: Vendor to clean facility offices and Mobile Home Units (MHU) (excluding hanger), scrubbing/cleaning of walls, ceilings, floors, partitions, doors and windows, and removing all trash., 1, EA;LI 010: This CLIN is for cleaning services in addition to the base/option period janitorial services when overtime or other special situations arise. The contractor is to provide an hourly rate for on-call janitorial services as the need arises. This CLIN establishes a ceiling amount of $5,000.00. The COR will contact the vendor when it is deemed necessary for the contractor to provide additional janitorial services. For example purposes only:, 1, Hour;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty.Bid MUST be good for 30 calendar days after close of Buy.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award.The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/37798a3f1e9d4ed0846bae251843a90e/view)
 
Place of Performance
Address: See Place of Performance.
 
Record
SN05511939-F 20191211/191209230248 (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.