Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 30, 2020 SAM #6757
SOLICITATION NOTICE

S -- TOUCH-SURFACE / TOUCH-POINT DISINFECTION SERVICES

Notice Date
5/28/2020 12:39:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930120Q0007
 
Response Due
6/3/2020 1:00:00 PM
 
Archive Date
06/18/2020
 
Point of Contact
Thomas Prothro, Joshua Vasquez
 
E-Mail Address
thomas.prothro@us.af.mil, joshua.vasquez.5@us.af.mil
(thomas.prothro@us.af.mil, joshua.vasquez.5@us.af.mil)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
Amendment 2�to this Combined Synopsis/Solicitation: This amendment is to add the contractors' questions and Government's answers PDF to the solicitation. Amendment 1 to this Combined Synopsis/Solicitation: This�amendment is to address and update the ""Solicitation-FA930120Q0007"" PDF attachment�as follows. �Block #8 ""Offer Due Date/Local Time"" was incorrectly listed as 5/27/2020 1:00 PM PST. It is hereby corrected to 6/03/2020 1:00 PM PST.� All quotes/proposals shall be submitted no later than that date. The applicable attachment is hereby replaced and now contains the correct quote/proposal due date of 6/03/2020 1:00 PM PST. Additionally,�please note that the due date specified for questions/comments was not incorrect�within the original�Combined Synopsis/Solicitation. Offerors are to submit questions/comments on this acquistion by the due date of 27 May 2020 at 3:00 PM PST that was stated originally. Questions/comments on this effort that are received by the government after that date/time may not be addressed. ORIGINAL COMBINED SYNOPSIS/SOLICITATION BELOW: EDWARDS AFB TOUCH SURFACE CLEANING - RECURRING AND ONE-TIME REQUIREMENTS *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ)�until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** (i) 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. The simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930120Q0007 . This solicitation is issued as a RFQ to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2020-06, effective 6 MAY 2020; and DPN 20200408, effective 8 APR 2020. (iv) This is a set-aside (100%)�for�Local Area - Kern, San Bernardino, & Los Angeles Counties in California. Responsive firms will demonstrate that they have existing assets in place within the local area by providing the physical address of those assets. The North American Industry Classification System (NAICS) code for this project is 561720 - Janitorial Services with a size standard of $19,500,000. (v) Description of items to be acquired:� Touch Surface / Touch Point Cleaning Services (vi) Location of service performance: Edwards AFB, CA 93524 (vii) Approved Price List Structure: The following represent the Approved Price List structure for this contract.� The Government reserves the right to order some or none of each item solely based upon its needs. Pricing for Calendar Month of Recurring Daily Services Minimum Charge per day regardless of hours per Call $ Hourly Rate $ Pricing for One-Time Non-Recurring Services Minimum Charge regardless of hours per Call $ Hourly Rate $ For the full solicitation schedule download and review the Model Contract Solicitation and associated attachments. Performance Work Statement Wage Determination Approved Price List Contract Type: The anticipated contract type is Blanket Purchase Agreement with Calls placed based upon the Government's needs. (viii) The provision at 52.212-1 ""Instructions to Offerors -- Commercial""�applies to this acquisition. Offers are due by 27 MAY 2020 at 1:00 PM Pacific Standard Time (PST) via electronic mail to Thomas Prothro at thomas.prothro@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil.� �� (a) Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": ���� (1) Proposal Volumes - Each offeror is to provide�3 separate stand-alone volumes (Technical, Past Performance, and Price).� �� - Technical Volume: The offerors Technical Volume shall contain copies of the applicable certifications needed to perform the tasks outlined within the PWS. �� - Past Performance Volume: The offeror's Past Performance Volume shall contain contact information/references for a maximum of 5 previous (or on-going) contracts they�performed upon. Each of the previous contracts referenced shall have a brief description of the services provided, length of the contract, dollar amount, and contact information�(name, phone and�email). The Government�may utilize this�to�obtain information on�offeror's performance on the contracts specified.�Information provided on recent or current contracts shall show what offerors�consider most relevant in demonstrating�their ability to perform this proposed effort.���� �� - Price Volume: The offerors Price Volume shall consist of filling in applicable sections of the Solicitation (Standard Form 1449) and the Approved Price List. Offerors shall complete all portions of SF 1449 blocks 12,�17a,�30a,�30b and 30c.�In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation, with attachments. Additionally, offerors shall fill in the Unit Price and Amount sections for CLINs 0001 thru 4009 (beginning on page 3 of the Model Contract/Solicitation).�� ���� (2) Cover�Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable. If a section does not apply to an�offeror, simply state ""N/A."" �Additionally, offerors are permitted to provide�additional�information on your company that you deem relevant to this acquisition. Lastly,�offerors are to provide their CAGE Code within the cover letter.� ���� (3)�Page Limitations - Offerors cover letter shall be no more than�3 pages in length. The Technical Volume has no page limitation. The Past Performance�Volume shall be no more than�4 pages in length. Lastly,�the Price Volume has�no page limitation. ���� (4) Page/Font Size -�Although proposals are to be submitted electronically, the page size should be structured to print�on a normal 8.5 X 11 inch sheet of paper. Margins shall be no less than 1 inch on all sides. Please use Times New Roman�font size 12 or larger. Pages shall be numbered sequentially by volume. ���� (5) Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. ��������������������������������������������������������������������������� (End of Addendum) (ix) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items""�applies to this acquisition. �� (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ���� (1) Technical capability of the item offered to meet the Government requirement ���� (2) Past performance ���� (3) Price �� In the integrated assessment, upon which the award assessment will be made, Past Performance is�of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. �� (b) BASIS FOR CONTRACT AWARD: This is a competitive best value source selection using Best Value�in which competing offerors� past and present performance history will be evaluated�as more important than price. By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: ���� (1) Technical Acceptability (Step 1) -�Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met:� - Demonstrate existing assets within the Local Area (Kern, San Bernardino, Los Angeles Counties CA) ���� (2) Price Evaluation (Step 2) - Next, offerors will be ranked�according to�overall�price. Included as part of the price evaluation is a review for price reasonableness for: - Minimum Charge per day for recurring Daily Services - Hourly Rate for Recurring Daily Services - Minimum Charge for One-Time Non-Recurring Services - Hourly Rate for One-Time Non-Recurring Services An offeror's proposed Total�Price will be determined by multiplying the�Hourly Rate for Recurring Daily Services x 16 + Minimum Charge per day for recurring Daily Services + Hourly Rate for One-Time Non-Recurring Services x 4 + Minimum Charge for One-Time Non-Recurring Services.� Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3), unbalanced (in accordance with FAR 15.404-1), or unaffordable (not within any budgetary information included in the solicitation) may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. ���� (3) Past Performance (Step 3) -�The Government will seek recent and relevant performance information on the lowest priced, technically acceptable offeror based on (1) the past efforts provided by the�offeror, and (2) data independently obtained from other Government and commercial sources in order to determine the offeror�s Past Performance rating, which is comprised of two�criteria: Recency and�Relevancy. Relevant present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a ""Very Recent and Very Relevant"" Past Performance�rating. The purpose of the past performance evaluation is to assess the degree of confidence the Government has in the offeror's ability to supply the services that meet users' needs, based on the offeror's demonstrated record of performance. The assessment process will result in an overall Past Performance rating�of��Not relevant�, �Recent and Relevant�, and �Very Recent and Very relevant� basis based up on receiving references provided within the Past Performance Volume. �� - �Not relevant� - no past performance information provided; past performance�information�received for service contracts of a type deemed not relevant or similar in nature to this solicitation; past performance information�received for service contracts completed more than 3 years ago. �� - �Recent and Relevant� - Past performance�information received for service contracts of a type deemed relevant or similar in nature to this solicitation; such as custodial services; completed within the last three years. �� - �Very Recent and Very Relevant� - Past performance information�received for service contracts for custodial services; currently on-going or completed within the last year. �� If the first three offerors with the lowest proposed prices who are evaluated as technically acceptable and are judged to have ""Very Recent and Very Relevant"" past performance�rating are determined to be responsible, those offers represents the best value for the Government and the evaluation process stops at this point. Awards shall be made to those offerors without further consideration of any other offers. ���If the first three offerors with the lowest proposed prices who are evaluated as technically acceptable are not judged to have a ""Very Recent and Very Relevant"" past performance�rating, the next lowest priced offers will be evaluated and the process will continue (in order by price) until three offerors are judged to have a ""Very Recent and Very Relevant"" past performance�rating or until all offerors are evaluated. If at least three offerors are not deemed to have a rating of ""Very Recent and Very Relevant"" past performance rating, the awards shall be made to the lowest priced, technically acceptable offeror with a ""Recent and Relevant"" past performance rating.� ��Up to three awards will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors�must be registered with the System for Award Management (SAM). �� (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ��������������������������������������������������������������������������� (End of Addendum) (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the Cover Letter. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following changes:�� Paragraph (c) of this clause is tailored as follows: �Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government..� (xii) All applicable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Proposal Submission Information: All questions or comments must be sent to Thomas Prothro at thomas.prothro@us.af.mil and Joshua Vasquez at joshua.vasquez.5@us.af.mil no later than 27 MAY 2020 at 3:00 PM PST via electronic mail only. Offerors quotes are due by 03 June 2020 at 1:00 PM PST via electronic mail to Mr. Prothro and Mr. Vasquez.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61c51ec397874afcbade2afab35b8286/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05673004-F 20200530/200528230158 (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.