Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

S -- Mountain Home AFB Custodial

Notice Date
5/15/2020 10:42:35 AM
 
Notice Type
Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FA4897 366 FAS PKP MOUNTAIN HOME AFB ID 83648-5296 USA
 
ZIP Code
83648-5296
 
Solicitation Number
FA489720Q0018
 
Response Due
5/22/2020 1:00:00 PM
 
Archive Date
06/06/2020
 
Point of Contact
John Neal, Phone: 2088283117, Eric Nagel, Phone: 2088283115
 
E-Mail Address
john.neal.12@us.af.mil, eric.nagel.3@us.af.mil
(john.neal.12@us.af.mil, eric.nagel.3@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Combined Synopsis/Solicitation Custodial Mountain Home AFB, Idaho 30 April 2020 1. The 366th Financial Acquisition Squadron at Mountain Home AFB, Idaho intends to establish a Firm Fixed Price contract for custodial in accordance with (IAW) the Performance Work Statement (PWS). This requirement will result in a one year contract plus four (4) individual option years and a possible sixth month extension based on Government need. 2. General Information: 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; quotes are being requested and a written solicitation will not be issued. Additionally, the Government will utilize simplified procedures IAW FAR Part 13 and will set the acquisition aside IAW FAR Part 19 for 8(a) set-aside for small business. Notice Type: Combined Synopsis/Solicitation Solicitation Number: Title: Posted Date: Solicitation Response Date: Estimated Award Date: Set Aside: NAICS Code: Point of Contact: FA489720Q0018 Custodial 30 April 2020 No later than 2:00 PM MST on 22 May 2020 5 June 2020 8(a) Small Business 561720 � Janitorial Services John Neal, john.neal.12@us.af.mil, 208-828-3117 3. This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number FA489720Q0018. 4. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 effective 15 Jan 2020, Defense Acquisition Circular 20190531 effective 1 Oct 2019, and Air Force Acquisition Circular Revision 2019-1001 effective 1 Oct 2019. 5. The North American Industry Classification System (NAICS) code for this solicitation is 561720 � Janitorial Services with a size standard of $19.5M 6. The purpose of this combined synopsis and solicitation is for the non-personal service of Custodial Services IAW the attached PWS. The quoter�s schedule and contract CLIN schedule are below: 7. CLIN SCHEDULE OMITTED. Please refer to PDF. 8. ADDENDUM TO 52.212-1, Instructions to Offerors�Commercial Items. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall address the requested pricing information associated with the pricing schedule above and address/respond to all applicable provisions and clauses required in this notice and addenda. Past performance will also be evaluated but only on the basis of the confidence rating table listed in table 2, as it pertains to the Contractor Performance Assessment Reporting System (CPARS). Given this determination, no past performance information is required to be accepted as part of a proposal package. The contracting officer has determined there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional data will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of a fair and reasonable price. A. SPECIFIC INSTRUCTIONS: PRICE QUOTE - Submit one (1) copy a. Provide a summarized quote sheet. The summary shall clearly provide the price per each contract line item number (CLIN) for each year. In accordance with the solicitation, the quote(s) must be submitted for a base year plus four (4) option years and the sixth month extension. Only provide the cost per unit for those rows in which �total� has �TBD.� b. Ensure all provisions and clauses are filled with appropriate information as it pertains to each offeror. B. CONTACT INFORMATION Contract Specialist: John Neal, john.neal.12@us.af.mil Contracting Officer: Eric Nagel, eric.nagel.3@us.af.mil Quotes shall be submitted to john.neal.12@us.af.mil and eric.nagel.3@us.af.mil by the closing date of the solicitation. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this RFQ must be email to john.neal.12@us.af.mil and eric.nagel.3@us.af.mil by 13 May 2020, 12:30 P.M. MST. C. SITE VISIT As a precaution, there will be no general site visit. Any contractor interested in a site visit will contact e-mail John Neal and Eric Nagel as listed above by e-mail to set up a site visit. Request for site visit must occur on or before 7 May 2020. The site visit will be limited to one person from a company. Some building access may be limited or inaccessible due to base precautions. The representative will be required to provide their name, contact information, corporate affiliation and any additional information as required for on-base access. (End of Addendum) ADDENDUM TO 52.212-2, Evaluation � Commercial Items A. BASIS FOR AWARD The basis of award for this acquisition will result from an evaluation of past performance information gathered from CPARS and price, where an awardee will be chosen that has�at least neutral confidence ratings with regards to past performance and offers the total lowest price. Consideration for award will be limited to Small Business Administration certified Section 8(a) small business firms. B. EVAULUATION CRITERIA: 1. PRICE EVALUATION An offerors proposed prices will be determined by multiplying the quantities identified within each line item included on the Quote Summary Sheet by the unit price for each item to confirm the extended amount of each. Completion of pricing for each line item will be necessary in order to submit a quote for each Option Year. The total evaluated price includes the total price for all options along with the base period. In accordance with FAR 52.217-8 Option to Extend Services, the Government may require continued performance within the limits and at the rates specified in the contract for the year in which this extension of services is authorized, for a maximum period of up to six months. Evaluation of options shall not obligate the Government to exercise the option(s). Quotes with option prices that are significantly unbalanced will be evaluated as noncompliant. Offerors shall quote on all items. Quotes that fail to price each item or indicate services will be provided at no charge will be evaluated as noncompliant. An offer using a sliding price scale or subject to escalation based on a contingency will be evaluated as noncompliant. Other than firm fixed-price offers will be evaluated as noncompliant. The price evaluation will document the reasonableness and realism of the proposed total evaluated price for the apparent successful offeror. 2. PAST PERFORMANCE CONFIDENCE RATING The purpose of the past performance evaluation is to allow the Government to assess the offeror�s ability to perform the effort described in this solicitation, based on the offeror�s demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Neutral Confidence as defined in Table 5 of the DoD Source Selection Procedures (Table 2 below). Offerors with no relevant past or present performance history or with a performance record so limited that no confidence assessment rating can be reasonably assigned shall receive the rating ""Neutral Confidence,"" meaning the rating is treated neither favorably nor unfavorably. Relevancy is defined as a project that represents the same or closely related type of services that this solicitation is advertising and within the last five (5) years of this solicitation closing date. Table 2. Performance Confidence Assessments Rating Method Adjectival Rating Description Substantial Confidence Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror�s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. (End of Addendum) 52.208-9 Contractor Use of Mandatory Sources of Supply or Services (MAY 2014) (a) Certain supplies or services to be provided under this contract for use by the Government are required by law to be obtained from nonprofit agencies participating in the program operated by the Committee for Purchase From People Who Are Blind or Severely Disabled (the Committee) under 41 U.S.C. 8504. Additionally, certain of these supplies are available from the Defense Logistics Agency (DLA), the General Services Administration (GSA), or the Department of Veterans Affairs (VA). The Contractor shall obtain mandatory supplies or services to be provided for Government use under this contract from the specific sources indicated in the contract schedule. The document labeled ""Procurement List.xlsx"" contains the list of supplies which must be purchased from AbilityOne. Mountain Home AFB has a base supply store run by Envision Xpress, which is an AbilityOne-participating, non-profit organization and stocks items from the procurement list. Utilizing Envision Xpress is optional. For pricing from Envision Xpress, please contact:� Marla Page� 208-828-3972 Marla.Page@EnvisionXpress.com (b) The Contractor shall immediately notify the Contracting Officer if a mandatory source is unable to provide the supplies or services by the time required, or if the quality of supplies or services provided by the mandatory source is unsatisfactory. The Contractor shall not purchase the supplies or services from other sources until the Contracting Officer has notified the Contractor that the Committee or an AbilityOne central nonprofit agency has authorized purchase from other sources. (c) Price and delivery information for the mandatory supplies is available from the Contracting Officer for the supplies obtained through the DLA/GSA/VA distribution facilities. For mandatory supplies or services that are not available from DLA/GSA/VA, price and delivery information is available from the appropriate central nonprofit agency. Payments shall be made directly to the source making delivery. Points of contact for AbilityOne central nonprofit agencies are: (1) National Industries for the Blind, 1310 Braddock Place, Alexandria, VA 22314-1691, (703) 310-0500; and (2) NISH, 8401 Old Courthouse Road, Vienna, VA 22182, (571) 226-4660. (End of clause) Please refer to COMBOSOL-20Q0018 for remaining instructions.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc21245c5eff4d419533cb1e1e4f9f58/view)
 
Place of Performance
Address: Mountain Home AFB, ID 83648, USA
Zip Code: 83648
Country: USA
 
Record
SN05659104-F 20200517/200516071014 (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.