Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 28, 2019 SAM #6603
SOLICITATION NOTICE

S -- KP Services

Notice Date
12/26/2019 11:23:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W7MY USPFO ACTIVITY COANG 140 BUCKLEY ANG CO 80011-9589 USA
 
ZIP Code
80011-9589
 
Solicitation Number
W50S6V-20-Q-0003
 
Response Due
12/31/2019 12:00:00 PM
 
Archive Date
01/15/2020
 
Point of Contact
Erydin B. Bacon, Phone: 7208479478, Jacob I Geroux, Phone: 7208479498
 
E-Mail Address
erydin.b.bacon.mil@mail.mil, jacob.i.geroux.mil@mail.mil
(erydin.b.bacon.mil@mail.mil, jacob.i.geroux.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS COMBINED SYNOPSIS/SOLICITATION IS SET ASIDE 100% FOR SMALL BUSINESS. This 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 Synopsis/Solicitation notice; quotes are being requested and the written solicitation is incorporated below. Solicitation number W50S6V-20-Q-0003 is being issued as a REQUEST FOR QUOTE (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02 effective 22 Nov 2019. The North American Industry Classification System (NAICS) code is 561720 and the corresponding small business size standard is $19.5 Million.� The Government intends to issue a firm fixed price, base plus four option years contract for the KP Services for Colorado Air National Guard at Buckley AFB, CO as set forth in the attached Performance Work Statement. Please reference solicitation # W50S6V-20-Q-0003 on all correspondence. The Government will utilize simplified acquisition procedures in accordance with FAR Part 13. Funding is not currently available for this requirement.� In accordance with FAR 52.232-18, this request is subject to the availability of funds. Due Dates: Questions due by: 23 December 2019 @ 1:00 P.M. MST ����������� -Shall be submitted, in writing via email, to the points of contact listed below -Responses to questions will be provided in the form of an update to the solicitation on FBO/Contract Opportunities **Q&A Posted on 12/26/2019. See attachments for Q&A document.** Quotes due by: 31 December 2019 @ 1:00 P.M. MST -Pricing shall be good for 120 days -Quotes shall be submitted electronically to the points of contact listed below Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. In accordance with FAR 52.212-1(g) which is incorporated by reference, the Government intends to evaluate offers and award a contract without discussions with offerors. Please review FAR 52.212-1 in its entirety. POINTS OF CONTACT: Primary � SSgt Erydin Bacon � erydin.b.bacon.mil@mail.mil Alternate - MSgt Lucas Martineau � lucas.c.martineau.mil@mail.mil Alternate - 2d Lt Jacob Geroux � jacob.i.geroux.mil@mail.mil � Alternate � MSgt Christopher Stephenson � christopher.t.stephenson2.mil@mail.mil LIST OF ATTACHMENTS: Combined Synopsis-Solicitation W50S6V-20-Q-0003 Performance Work Statement Price Schedule SCA Wage Determination DESCRIPTION OF SUPPLIES AND DELIVERY The Colorado Air National Guard is requesting quotes for KP services.� Please refer to the attached Performance Work Statement for a full description of the requested services.� Verify that the prices quoted reflect the most competitive pricing available to the Government. The services periods are for the Unit Training Assembly weekend, which is one weekend per month, for a total of 24 days of service provided.� Some months may require 4 days of continual service (a 4-day drill), but the majority will be 2-day drills.� The following are the estimated service periods for the base period of performance.� Service periods for the subsequent four option years are to be determined.� Actual Period of Performance (PoP) dates will be provided upon date of contract award. 11-12 January 2020 8-9 February 2020 7-8 March 2020 2-5 April 2020 2-3 May 2020 13-14 June 2020 12-13 September 2020 3-4 October 2020 5-8 November 2020 5-6 December 2020 Services provided under this solicitation are subject to Wage Determination 2015-5419.� Refer to the attached SCA Wage Determinations document for more information. QUOTE PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of Quotes, offerors shall adhere to the following instructions in preparing their quote and are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors shall clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Quote Size: Quote shall be submitted on company letterhead, and page size shall be 8.5 x 11 inches. Pages may be single or double-spaced. Except for the reproduced sections of the solicitation document, the text size shall be no less than Times New Roman 10 point. Use at least 1-inch margins on all sides of each page.� Pages shall be numbered sequentially by volume.� If there are discrepancies in the page counts between paper and electronic submittals, the paper version shall take precedence. Tables, Charts, Graphs, and Figures: Legible tables, charts, graphs, and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc.� These displays shall be uncomplicated, legible and shall not exceed 11 by 17 inches in size when printed.� Foldout pages shall fold entirely within the volume, and count as two (2) pages.� Foldout pages may only be used for large tables, charts, graphs, diagrams, and schematics, and not for pages of text.� For tables, charts, graphs and figures, the text shall be no smaller than 8 point. The Following Shall Be Included in the Contractor�s Response for Evaluation: Evaluation Factor Title Technical Approach Technical Approach (Two Subfactors) �������������� Subfactor 1.1 Staffing Plan �������������� Subfactor 1.2 Supervisor/Management Resume Past Performance Recent KP Services Contracts (Completed and/or On-going) Price Price Evaluation Factor 1. Technical Approach Subfactor 1.1:� Staffing Plan.� Proposal shall demonstrate how the offeror intends to provide sufficient personnel to complete the tasks required under the Performance Work Statement.� In addition, the Staffing Plan shall discuss how the offeror will ensure that there are sufficient personnel on site during the required service periods.� This includes providing for contingencies such as staff illness, no shows, or denial of base access.� Proposal shall include an organization chart for the purpose of evaluating an offeror�s technical capability to perform a project of this size and complexity as well as their familiarity with the work in the local Denver environment and involvement of the local labor workforce. Subfactor 1.2:� Supervisor/Management Resume.� Demonstrate, at a minimum, that the following key personnel have experience in managing projects/contracts of the same/similar dollar magnitude, size, complexity and scope in the capacity in which they are proposed for this project:� (1) Contract Manager; and (2) Site Supervisor.� Resumes or experience cut sheets are limited to 2 pages each. Evaluation Factor 2.� Past Performance Past Performance.� Past performance will be evaluated based on relevancy and recency.� Relevancy will be based on an assessment of performance under other contracts with a NAICS code of 561720 or other similar NAICS code, where the scope of the project is deemed relevant to the work under this solicitation.� Recency will be based upon the relevant contract with a period of performance within the last 3-5 years.� For example, if the overall ratings were rated Satisfactory or above, the contractor�s past performance may be rated as acceptable.� In addition, the Government may also evaluate other ongoing relevant projects from other source data if more than 30% complete.� If there is information which deems past performance as less than acceptable for these ongoing projects, the offeror will either have been already afforded an opportunity to offer a rebuttal for this information or will be provided such an opportunity in order for this information to be evaluated.� If an offeror does not have relevant past performance as determined by the Contracting Officer, a neutral rating will be assigned.� A neutral rating will be considered acceptable.� The offeror shall provide documentation of relevant past performance, as well as contact information. Evaluation Factor 3.� Price Price.� The offeror shall provide a cover sheet/letter which clearly states the proposal effort title, the solicitation number, and summarizes the total project proposal price.� In order to meet the requirements of FAR 52.217-8, Option to Extend Services, the Contracting Officer will evaluate the total price, plus 50% of the highest priced option year as the total price of the offer. Provide pricing for your proposal in the attached Price Schedule (Attachment 3) spreadsheet.� No other pricing format will be accepted. *Note: A comparative evaluation will be conducted among all quotes received, and contract award will be based on the quote that represents the best value to the Government given the outcome of the evaluation of quotes against the evaluation criteria. Failure to meet a technical requirement may result in an offer being determined technically unacceptable.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2178e36a10824b6cb15976c24b32f094/view)
 
Place of Performance
Address: Aurora, CO 80011, USA
Zip Code: 80011
Country: USA
 
Record
SN05524036-F 20191228/191226230137 (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.