Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

S -- Exterior Building Wash, Buildings 230 and 252 for the U.S. Army Corps of Engineers, Honolulu District

Notice Date
4/7/2020 7:24:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-20-Q-0007
 
Response Due
4/17/2020 5:00:00 PM
 
Archive Date
05/30/2020
 
Point of Contact
Charles Maves, Phone: 8088354307, Fax: 8088354396, Dayna N. Matsumura, Phone: 8088354379, Fax: 8088354396
 
E-Mail Address
Charles.S.Maves@usace.army.mil, Dayna.N.Matsumura@usace.army.mil
(Charles.S.Maves@usace.army.mil, Dayna.N.Matsumura@usace.army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, ""Streamlined Procedures for Evaluation and Solicitation for Commercial Items,"" as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ) under �Exterior Building Wash, Buildings 230 and 252 for the U.S. Army Corps of Engineers, Honolulu District� This acquisition is conducted as a HUBZone Total Small Business Set-Aside. The North American Industrial Classification System (NAICS) code for this procurement is 561790, with a small business size standard of $8,000,000. The associated Federal Supply Code (FSC) / Product Service Code (PSC) procurement is S216. COMMERCIAL ITEM DESCRIPTION: All interested companies that interested in providing court reporting services shall provide quotations for the following: The Contractor shall provide all necessary management, labor, supervision, materials, equipment, parts, transportation, and any incidental services required to clean the exterior of Buildings 230 (3-story building), 252 (1-story building).� CLIN 0001, Exterior Building Wash, Buildings 230 and 252 Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0002, Contractor Manpower Reporting Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0003, Option Year 1 - Exterior Building Wash, Buildings 230 and 252 Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0004, Option Year 1 - Contractor Manpower Reporting Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0005, Option Year 2 - Exterior Building Wash, Buildings 230 and 252 Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0006, Option Year 2 - Contractor Manpower Reporting Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0007, Option Year 3 - Exterior Building Wash, Buildings 230 and 252 Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0008, Option Year 3 - Contractor Manpower Reporting Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0009, Option Year 4 - Exterior Building Wash, Buildings 230 and 252 Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ CLIN 0010, Option Year 4 - Contractor Manpower Reporting Quantity:� 1 Unit:� Job Unit Price:� ����______________ Total: � ��������$______________ Total of CLINS 0001 to 0010 $_______________ CLIN Descriptions: CLINS 0001, 0003, 0005, 0007, and 0009.� Exterior Building Wash, Buildings 230 and 252.� This is a non-personal services contract to wash the exterior of Buildings 230 and 252 at Fort Shafter. The contractor shall provide all necessary management, labor, supervision, materials, equipment, parts, transportation, and any incidental services required to clean, remove grime and mildew from exterior walls, windows, aluminum louvers, stairs, ramps, railings, and loading dock. FOB: Destination. Please refer to the Performance Work Statement for more details. Period of Performance: The performance shall be for three (3) weekends only between the hours of 0700 through 1500 and will commence within 30 days from the date of award.� The contractor shall notify the Contracting Officers Representative (COR) seven (7) days prior to commencement of service; and the COR will notify the building occupants of the scheduled service. CLINS 0002, 0004, 0006, 0008, and 0010. Contractor Manpower Reporting.� The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site.� The contractor is required to completely fill in all required data field using the following web address:� https://ecmra.mil.� Contractors may direct questions to the help desk at https://ecmra.mil to review user manuals and gain an understanding about the data field that will be included in the reporting structure that is hosted at https://ecmra.mil. For the U.S. Army Corps of Engineers District, Honolulu CELA-POH Bldg 230 Fort Shafter, HI 96858-5440 Invoices shall be submitted to: U.S. Army Corps of Engineers District, Honolulu ATTN: CELA-POH, Jeannette Anderson / Gary Cooper Bldg 230 Fort Shafter, Hawaii 96858-5440 The following provisions and clauses are hereby incorporated: The full text of FAR provisions and clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far The full text of DFARS provisions and clauses may be accessed electronically at: https://www.acquisition.gov/dfars In accordance with FAR 13.101(b)(2), the following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17, Ownership or Control of Offeror (JUL 2016) 52.204-20, Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.212-1 Instructions to Offerors--Commercial Items (OCT 2018) 52.212-3 Offeror Representations and Certifications--Commercial Items (DEC 2019) Alternate I (OCT 2014) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) S-4 Cost Breakdown Quoter is required to provide a detailed cost breakdown of his quotation which is to be submitted with his response to this Request for Quotation. Breakdown should cover costs such as labor, materials, overhead and profit. The information will be used in the evaluation process. [End of Statement] S-7 Identification of Partners (Applicable where the offeror has identified itself as a partnership or joint venture.) The full names of all partners are listed below: __________________________________________________________________________ __________________________________________________________________________ In accordance with FAR 13.101(b)(2), the following contract clauses apply to this acquisition: 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.212-4 Contract Terms and Conditions � Commercial Items (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders �Commercial Items (DEVIATION 2018-O0021)(JAN 2020) 52.219-3, Notice to HUBZONE Set Aside or Sole Source Award (DEVIATION 2019-O0003)(JAN 2019) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41, Service Contract Labor Standards (AUG 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) ����������������������� WG-02������������ $16.75 ����������������������� WL-02������������� $18.39 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Alt I Changes � Fixed Price (AUG 1987) � Alternate I (APR 1984) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 52.252-6 Authorized Deviations in Clauses (APR 1984) 252.201-7000 Contracting Officer�s Representative (DEC 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (MAY 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.232-7003 Electronic submission of Payment Requests and Receiving Reports (DEC 2018) 252.243-7001 Pricing of Contract Modifications (DEC 1991) The following clause is by full text: 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 30 days 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. (End of clause) SITE VISIT: ***A site visit will be conducted on Wednesday, March 5th 2020 at 10:00 a.m. (Hawaii Standard Time). *** Attendees will meet at the parking lot of Building 252 along walker drive on Fort Shafter, Hawaii. �The POC is Charles Maves, Contract Specialist, Charles.S.Maves@usace.army.mil or (808)835-4083. Information provided at this site visit, as well as answers to questions, shall not change the terms and conditions of the solicitation and specifications.� Terms remain unchanged unless the solicitation is amended in writing.� SUBMISSION INSTRUCTIONS: All Quoters shall submit one copy of their price quote. Include your company DUNS Number, Cage Code, Company name, Point of Contact and phone number on your quote.� Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website. To register in SAM, go to http://www.sam.gov.� Lack of registration in SAM.gov will make an Offeror ineligible for award.� Please do not send SAM representations and certifications. All quotations shall be sent via facsimile to:� (808)835-4396 Please reference W9128A-20-Q-0007 Attn:� Chuck Maves / Dayna Matsumura Please submit your quote by March 10, 2020, 2:00 p.m. (HST) Note:� Offerors are required to submit the unit price for each Contract Line Item (CLIN).� The Unit Price should be rounded to the penny to avoid rounding errors; and be consistent with the pricing submitted, including any discounts.� Since the Government intends to award without discussions, contractors are encouraged to offer their most advantageous pricing with their response and, accompanied with any descriptive literature. Please reference this combined synopsis / solicitation number on envelope. The Contracting Officer reserves the right to make no award under this procedure. Only one award will be made from this RFQ.� All interested parties must submit quotes on the full quantity identified.� Partial quotes will not be accepted.�� � All quotes must be valid for a minimum of 45 days. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: Charles.S.Maves@usace.army.mil and Dayna.N.Matsumura@usace.army.mil The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award shall be made to the quoter whose quotation offers the lowest price that is deemed responsive and responsible by the Contracting Officer.� To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63d7e8ed63cf4d7db82bb7f2ef810ca5/view)
 
Place of Performance
Address: HI 96858, USA
Zip Code: 96858
Country: USA
 
Record
SN05612692-F 20200409/200407230145 (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.