Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2020 SAM #6789
SOLICITATION NOTICE

S -- Janitorial services

Notice Date
6/29/2020 6:22:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
 
ZIP Code
94107
 
Solicitation Number
70FBR920Q00000015
 
Response Due
7/6/2020 12:00:00 PM
 
Archive Date
07/21/2020
 
Point of Contact
Demetria Carter, Phone: 2027025180, Ashlee Young, Phone: 2028265994
 
E-Mail Address
Demetria.Carter@fema.dhs.gov, ashlee.young@fema.dhs.gov
(Demetria.Carter@fema.dhs.gov, ashlee.young@fema.dhs.gov)
 
Description
The Federal Emergency Management Agency (FEMA) is considering the issuance of a firm fixed price purchase order for janitorial services at the DODE building (Navajo Department of Education) in support of COVID-19 disaster relief operations for EM3442 AZ. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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; quotes are being requested and a written solicitation will not be issued. The solicitation number 70FBR920Q00000015 is being issued for a request for quotes (RFQ). The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 � Janitorial Services. The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for daily janitorial services and the following wage determination shall be applicable to the resulting purchase order: Wage Determination No.: 2015-5477 (Rev.-13) As this disaster response applies to a global pandemic, there is no clearly identified local area. At this time, local set aside requirements do not apply. ____________________________________________________________________________ Description of Requested Items/CLIN Structure Purpose The Department of Homeland Security, Federal Emergency Management Agency (FEMA) requires the contractor to provide all cleaning products and services at the DODE building (Navajo Department of Education). Site Visit The Government will allow offerors to visit the DODE building (Navajo Department of Education) In accordance with FAR 52.237-1 � Site Visit, potential offerors shall contact Contract Specialist, Ashlee Young at 202-826-5994 to schedule and conduct a visit and walkthrough of the identified facility. Site visits will be conducted beginning at 8:00 am on Wednesday, July 1, 2020 and last until 1:00 pm on Wednesday, July 1, 2020. Questions submitted after that date will not be considered. Quote Submission Instructions Responses to this Request for Quote are due no later than 12:00 pm PST, on Monday, July 6, 2020. Questions regarding this solicitation shall be e-mailed to ashlee.young@fema.dhs.gov and demetria.carter@fema.dhs.gov; which are due by 1:00 pm PST, Wednesday, July 1, 2020, Questions received after this time may not be considered. Electronic submission of your quote is due no later than 12:00pm PST, on Monday, July 6, 2020. This solicitation requires an active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. All quote submissions must include the following information on a quote submission cover letter. Tax Identification Number Dun & Bradstreet Number (DUNS) Authorized Representative Contact Name Contact Email Address Contact Telephone and Fax Number Complete business mailing address Deliverables ____________________________________________________________________________ � Evaluation Factors The vendor shall provide a response in accordance with all requirements of the statement of work, and the staff title along with the hourly rate in accordance with the wage rate determination form. � Factor 1. Price Factor 2. Past Performance ____________________________________________________________________________________ � Additional Provisions and Clauses i.� 52.252-1 Solicitation Provisions Incorporated by Reference. ii.� The provision at 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference.� iii.� The provision at 52.212-2, Evaluation-Commercial Items, is applicable in that the Government will make awards resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price only.� iv.� Offerors are to complete the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.� v.� The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and is incorporated by full text.� However, separate invoice instructions with payment details will be provided at time of award of an IDIQ.� See the attached solicitation vi.� The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specific applicable clauses will be identified with any resultant award. vii.� The Buy American Act (FAR 52.225-1) has been waived for all items included in this solicitation; however, Offerors shall disclose country of origin for reporting purposes.� The Trade Agreement Act still applies. a.� The provision at 52.225-6, Trade Agreements Certificate, applies to this acquisition and is incorporated by full text. b.� The clause at 52.225-13, Restrictions on Certain Foreign Purchases, applies to this acquisition and is incorporated by reference. c.� The provision at 52.228-18, Place of Manufacture, applies to this acquisition and is incorporated by full text. d.� The provision, 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan-Certification, applies to this acquisition and is incorporated by full text. e.� The provision, 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications, applies to this acquisition and is incorporated by reference. viii.� HSAR clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates applies to this acquisition and is incorporated by full text. ix.� HSAR clause 3052.212-70 Contract Terms & Conditions for DHS Acquisition of Commercial Items applies to this acquisition and is incorporated by full text. May be tailored with any resultant award.� III.� Other Terms and Conditions i.� Government reserves the right to incorporate any additional applicable FAR and HSAR clauses to any resultant award. ii.� Government reserves the right to apply priorities and allocations on the individual awards as deemed necessary.� Invoices: Invoices will be paid NET 15 days or sooner after receipt form the Contractor of a proper invoice. Contractor Responsibility - Statement of Contractor Assurance By submitting this offer, the offeror certifies that, at the time of submission, they have the following: a.� Have adequate financial resources to perform the contract (see FAR 9.104-3(a)); b.� they have the capability to comply with the required or proposed delivery or performance schedule (has commitments from their partners and subcontractors to deliver all commodities/services proposed); and otherwise meet or exceed the general standards required by FAR 9.104-1.� c.� Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See FAR 9.104-3(a)); d.� Have a satisfactory performance record (See FAR 9.104-3(b) and Subpart 42.15). A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history, except as provided in FAR 9.104-2; e.� Have a satisfactory record of integrity and business ethics (for example see FAR 42.15); f.� The offeror shall disclose any filings for bankruptcy, fines levied by governmental agencies, or legal proceeding against any participating organization, employees, corporate officer, or entity that might have a material effect on the proposer�s ability to implement the proposed project, as required by FAR 52.212-3(h], Certification Regarding Responsibility Matters. g.� Be otherwise qualified and eligible to receive an award under applicable laws and regulations (e.g., Equal Opportunity, Clean Air and Water, Small Business Subcontracting, etc.). � Instructions for Submitting Contractor Assurance Information** The offeror shall submit information supporting this certification to the CO at the time proposals are due.� This submission will only be reviewed by the CO in making a determination of responsibility.� This information will not be reviewed as part of a technical evaluation and will not count against page limits for technical proposals.�� At a minimum, offerors shall include: 1) the offeror�s delivery plans, including, but not limited to, any agreements and/or arrangements with suppliers, providing as much detail necessary to explain how the statement of work will be accomplished within this working relationship 2)� a description of the offeror�s ability to adequately meet the financial demands of the requirement, including current relationships with lending and/or financial institutions or equity sources which have demonstrated interest in providing financing for the proposed project 3) at the offerors discretion, any additional information the offeror believes supports the above certification and will assist the CO in making the determination of responsibility for the offeror and its subcontractors. 4) Contractor shall certify they have adequate financial resources to perform the contract 5) Contractor has the capability to comply with the required or proposed delivery or performance schedule; and otherwise meet or exceed the general standards required by FAR 9.104-1 6) Contractor shall disclose any filings for bankruptcy, fines levied by governmental agencies, or legal proceeding against any participating organization, employees, corporate officer, or entity that might have a material effect on the contractor ability to implement the proposed project, as required by FAR 52.209-5 or 52.212-3, Certification Regarding Responsibility Matters The aforementioned language, and resulting information, will assist the CO to engage in the required analysis.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c22f8f2d411c4ccb88598369d60da7bb/view)
 
Place of Performance
Address: Window Rock, AZ 86515, USA
Zip Code: 86515
Country: USA
 
Record
SN05706226-F 20200701/200629230154 (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.