Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

S -- Fort Lee Custodial Services

Notice Date
1/24/2020 2:49:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W6QM MICC FT LEE FORT LEE VA 23801-1606 USA
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF5-19-R-0002
 
Response Due
2/6/2020 10:00:00 AM
 
Archive Date
02/21/2020
 
Point of Contact
Myrisha L. Mullen, Phone: 8047344800, Ronda Wilson, Phone: 804-734-4805
 
E-Mail Address
myrisha.l.mullen2.civ@mail.mil, ronda.d.wilson2.civ@mail.mil
(myrisha.l.mullen2.civ@mail.mil, ronda.d.wilson2.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
W91QF5-20-R-0002 Combined Synopsis/Solicitation For Fort Lee Custodial Services This 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. �This announcement constitutes the only solicitation, request for proposals (RFP) are being requested and a written solicitation will not be issued. The Mission and Installation Contracting Command (MICC), Fort Lee, VA intends to procure non personal services for Post Custodial services. The contractor shall furnish all labor, tools, materials, equipment, and supervision to manage and perform a full range of cleaning/custodial services post wide to keep and maintain a high level of cleanliness for at least 163 buildings, six (6) Latrine buildings and four (4) Child Development Centers on Fort Lee, VA. The contractor will also be responsible for adequately planning and scheduling work to ensure materials and labor availability is adequate to complete work requirements within the response times and quality standards. Contractor performance requirements are timely receipt of deliverables, receipt of output (as stated in the PWS), standard operation procedures for PWS Section 1 Task, and Contracting Officer�s Representative (COR) measurements of customer complaints with the Project Manager at the time of occurrence or receipt of complaint. This service supports the military, family members, civilians, and military retirees. The services will be performed at Fort Lee, Virginia. There are no geographic or location limitations/issues. The PWS includes Government/Army unique training. This training is deemed necessary for the performance of a Government or Army contract which is available only through Government or Army schools, seminars or conferences. This training includes security, safety, environmental, and privacy act training. The Contractor is also required to complete Survivor Benefits Plan certification through the Army Learning Management System (ALMS). Solicitation number W91QF5-19-R-0002 is being issued as a Request for Proposal (RFP). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2019-01 dated 20 December 2018. This is an 8(a) competitive acquisition. The NAICS Code is 561720, Janitorial Services, with a size standard of $18,000,000.00. The complete Offer Schedule, Performance Work Statement, and any other associated documents can be downloaded at https://www.fbo.gov/ under subject solicitation number. It is contemplated that the Period of Performance will be for a base year (anticipated to begin on or about 1 May 2020); with four additional option periods. The provision at 52.219-18 - Notification of Competition Limited to Eligible 8(a) Participants is applicable. The provision 52.219-14 -- Limitations on Subcontracting is applicable. The provision at 52.212-1 Instructions to Offerors-Commercial Items (July 2013), is applicable and is tailored as follows: Paragraphs (b)(5), (d), and (e) are deleted. Paragraph (a), Inspection and Acceptance, is deleted and replaced with Contract Clause 52.246-4, Inspection of Services - Fixed Price. The provision is amended to incorporate FAR 52.252-1 Solicitation Provisions Incorporated by Reference is applicable. (https://www.acquisition.gov/content/regulations) The provision at 52.212-2, Evaluation - Commercial Items, is not applicable.� Section M describes the evaluation criteria. Evaluation criteria are Mission Capability, Past Performance and Price. To be considered Technically Acceptable, the offeror must receive a Technically Acceptable rating for the following evaluation factors: Mission Capability and Past Performance. �Price will be analyzed for price reasonableness. �See Section M of this combined synopsis/solicitation, Evaluation Criteria, for further information. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Periods), utilizing the rates of that performance period. Specifics regarding the basis for Contract Award are located at the end of this document. The Government intends to make award to Lowest Priced Technically Acceptable (LPTA) offer IAW FAR PART 15.101-2. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.228-5 Insurance -- Work on a Government Installation; 52.232-39 Unenforceability of Unauthorized Obligations; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil); 252.201-7000 Contracting Officer's Representative; and 252.243-7001 Pricing of Contract Modifications. The following clauses are added: The clause at 252.203-7002 Requirement to Inform Employees of Whistleblower Right 252.204-7003 Control of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The clause at 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable:; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-5 Evaluation of Options; 52.217-6 Option for Increased Quantity; 52.217-7 Option for Increased Quantity-Separately Priced Line Item; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Equal Employment for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act; 52.222-50 Combating Trafficking in Persons; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer; FAR 52.208-9 Contractor Use of Mandatory Sources of Supplies or Services Applies. Joint Venture Agreements: Joint Ventures (JV) are allowable on competitive 8(a) set-asides; however, the JV Agreement package or email notification of bid submittal by the JV must be received by the SBA prior to proposal due date and the JV Agreement must be approved before award of any resulting contract. If you are contemplating a JV on this project, you must advise your assigned SBA Business Opportunity Specialist as soon as possible. It is also recommended that the agreement be submitted as soon as practical to ensure compliance with established regulations. For additional information, see 13 CFR � 124.513. � Richmond District Office 8(a) Competitive Acceptance Letter (SBA Requirement Number EF1570452262M)- � Note: Contract Payment office HQ0678 for SUPPLIER SELF SERVICES (SUS) (INVOICING PILOT PROGRAM) under CLAUSE NUMBER: 252.232-7998 Supplier Self-Service Pilot (Deviation 2018-A0001) (DEC 2017). Proposals shall be good for 60 calendar days from the date of submission. A site visit will be conducted on January 23rd 2020 at 0930 AM EST.� All potential offerors interested in attending the site visit shall submit a reservation no later than January 21st 2020, at 3:30 PM EST. Offerors are limited to two individuals at site visit. For further information and the site visit schedule, contact the Contract Specialist at myrisha.l.mullen2.civ@mail.mil, and ronda.d.wilson2.civ@mail.mil. All questions must be submitted no later than January 27th, 2020 at 1:00 PM EST. Questions must be submitted electronically to Contracting Officer john.h.meyers8.civ@mail.mil� and CC to Contract Specialist myrisha.l.mullen2.civ@mail.mil, and ronda.d.wilson2.civ@mail.mil. For any information regarding this combined synopsis/solicitation please contact John H Meyers at john.h.meyers8.civ@mail.mil� and CC myrisha.l.mullen2.civ@mail.mil, and ronda.d.wilson2.civ@mail.mil. Offers are due no later than February 06, 2020 1:00 PM EST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), proposals received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to john.h.meyers8.civ@mail.mil, myrisha.l.mullen2.civ@mail.mil, and ronda.d.wilson2.civ@mail.mil.or via mail to MICC Fort Lee, Building 7124, 1830 Quartermaster Road, Fort Lee, VA 23801 ATTN: John H. Meyers or Myrisha Mullen. Attachments: 1 � Performance Work Statement and Performance Requirements Summary 2 � Technical Exhibits 3 � Wage Determination, Collective Bargaining Agreement Section B � Pricing Worksheet Section I � �Solicitation Provisions and Contract Clauses Section K � Representations, Certifications, and Other Statements of Offerors Section L � Instructions to Offerors Section M � Evaluation Criteria
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f00d40eacb3449fbb9af7378a38a41f/view)
 
Place of Performance
Address: Fort Lee, VA 23801, USA
Zip Code: 23801
Country: USA
 
Record
SN05543057-F 20200126/200124230147 (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.