Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

F -- Master BPA - Cleaning and Disinfection for COVID-19

Notice Date
3/25/2020 2:20:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325612 — Polish and Other Sanitation Good Manufacturing
 
Contracting Office
FEMA WASHINGTON DC 20472 USA
 
ZIP Code
20472
 
Solicitation Number
70FBR220Q00000045
 
Response Due
3/27/2020 12:00:00 AM
 
Archive Date
09/23/2020
 
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)
 
Awardee
null
 
Description
AMENDMENT NOTICE: 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 70FBR220Q00000045 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 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 325612 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-27 14:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/01/2020 - 03/31/2021 LI 001: The contractor shall provide Routine Cleaning and Disinfection in accordance to the Statement of Work. Offerors shall provide pricing (CLINs) in Attachment 1., 1, LOT; LI 002: The contractor shall provide Detailed Cleaning and Disinfection in accordance to the Statement of Work., 1, LOT; Option 1 Period of Performance: 04/01/2021 - 09/30/2021 LI 001: The contractor shall provide Routine Cleaning and Disinfection in accordance to the Statement of Work. Offerors shall provide pricing (CLINs) in Attachment 1., 1, LOT; LI 002: The contractor shall provide Detailed Cleaning and Disinfection in accordance to the Statement of Work., 1, LOT; Solicitation and Buy Attachments ***Question Submission: Interested offerors 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 Offerors 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. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors 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 offerors 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. Bid MUST be good for 30 calendar days after close of Buy. 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/. The Government will award a multiple BPAs in accordance with the FAR 13.303 and reference the Statement of Work resulting from this solicitation to the responsible offeror whose offer is Lowest Price Technically Acceptable (LPTA) (1) Technical; (2) Price. The Government intends to award a multiple Blanket Purchase Agreement (BPAs) in accordance to service Blanket Purchase Agreement resulting from this solicitation to the lowest priced, technically acceptable responsible offeror(s). The factors identified above will be the evaluation factors used to evaluate all offers received. Quotes must be specific in details and clearly identify all the government requirements. a.The Government is obligated only to the extent of authorized Call Order services made under the BPA. The Government reserves the right to increase/decrease cleaning and disinfesting with a 24-48-hour notice to the Offeror. The Government cannot at this time determine a dollar limitation for each individual service under the BPA. b.In some instances, offeror will be required to respond to a Call Order request for quotes within a one (1) hour limit. c.The Government will utilize data to include the Past Performance Information Retrieval System (PPIRS), Past or Present contracts to review an Offeror�s past performance. If the Government finds adverse past performance, Offeror shall not be considered for award. d.The Government reserves the right to add additional offerors that has met the minimum requirements at any time for one year to ensure the Government mission and efforts are satisfied. Price will be evaluated, but not rated. 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 using the rates from the final period of performance and adding six (6) months to obtain a total price for the option extension. Offerors are required only to price the base and option period. The Government may choose to exercise the Extension of Services at the end of any performance period (Base or Option Period), utilizing the rates of that performance period.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/967cab12a9c949c8ba6e9b4a28933a40/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05599748-F 20200327/200325230140 (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  © 1994-2020, Loren Data Corp.