Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

S -- Gym Cleaning

Notice Date
9/15/2020 12:11:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W7M0 USPFO ACTIVITY DEANG 166 NEW CASTLE DE 19720-1615 USA
 
ZIP Code
19720-1615
 
Solicitation Number
W50S6X-20-Q-0018
 
Response Due
9/18/2020 11:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
Kelly Hess, Phone: 3023233474, Kelly Hess-Air Force
 
E-Mail Address
kelly.l.hess3.civ@mail.mil, kelly.hess@us.af.mil
(kelly.l.hess3.civ@mail.mil, kelly.hess@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***ALL INTERESTED VENDORS SHALL COMPLETE 52.204-24 PRIOR TO SUBMISSION*** This is a combined synopsis/solicitation for commercial 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.� The solicitation number assigned to this action is W912L5-20-Q-0018.� This acquisition is utilizing procedures in FAR Part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 166 MSG/MSC, New Castle, DE 19720.� The applicable North American Industry Classification System (NAICS) code is 561720, Janitorial Services with a size standard of $19.5 million. This acquisition is currently being set aside for a small business, however, in the event there are not enough responses from responsible, capable small businesses, and then large business responses will be considered. ��� The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) 2020-08 and DPN 20200831. �Award will be made based on overall best value to the government. � The selected vendor shall provide all materials, labor, transportation, installation and technical expertise necessary to complete this award.� An offer which requires the Government to execute a separate agreement with a third party shall be deemed technically unacceptable.� The Government intends to place a Single, Firm-Fixed Price order without discussions.� Therefore, offerors should submit their best offer up front.� Do not assume you will be able to revise your offer. The descriptions of the commercial items are: CLIN 0001 GYM SANITIZATION (35 PIECES OF EQUIPMENT � 2520 SQ FT) (See Attachment #1 PWS) QTY: MIN- 60 CLEANINGS; MAX- 104 CLEANINGS Date: FROM DATE OF CONTRACT AWARD NTE 1 YEAR. Place of delivery: Delaware Air National Guard, New Castle, DE 19720-1615 from 7am to 4:30 pm, Monday thru Friday. Acceptance: Made by the government. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, CAGE CODE, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal shall be submitted under company letterhead, with DUNS number, FTID, Company Name, Address and POC included. The Contracting Officer will evaluate equal products and services on the basis of information furnished by the quote or identified in the quote and reasonably available to the Contracting Officer. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the System for Award Management (SAM) at https://www.sam.gov. �The Government reserves the right to award on a multiple award or an all or none basis. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov.� Lack of current registration in the SAM database will make an offeror ineligible for award. Questions or inquiries received by telephone will not be addressed. �All questions must be submitted to Kelly Hess before 16 September 2020.� Offers received after 12:00PM Eastern on the required date of submission may not be considered unless determined to be in the best interest of the government. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and Far DFARS clauses and provisions are available at the following internet site: http://acquisition.gov. �This contract is subject to the Service Contract Act of 1965. �The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.beta.sam.gov �(See attachment #2 WDOL) The following provisions are included for the purposes of this combined synopsis/solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative Line Item Proposal; 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; 52.212-1 Instructions to Offerors �Commercial Items; 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; 252.204-7011 Alternative Line Item Structure; The following provisions are included by full text for the purposes of this combined synopsis/solicitation: 52.212-2 Evaluation- Commercial Items Evaluation -- Commercial Items (Oct 2014) (a) 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: Technical Capability of Items Price Past Performance Technical and past performance, when combined, are approximately equal to cost or price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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 (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 Alt 1 Offerors Representations and Certifications- Commercial Items; Alternate I (Oct 2014). As prescribed in 12.301(b)(2), add the following paragraph (c)(11) to the basic provision: (11) (Complete if the offeror has represented itself as disadvantaged in paragraph (c)(4) of this provision.) [The offeror shall check the category in which its ownership falls]: ____ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. (End Provision) The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.204-18 Commercial and Government Entity Code Maintenance; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev); 52.219-6 Total Small Business Set Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.221-41 Service Contract Labor Standards; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons; 52.222-55 Minimum Wages Under Executive order 13658; 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2 Clauses Incorporated by Reference, http://www.acquisition.gov/ 52.252-6 Authorized Deviations in Clauses; 252.203-7000 Requirements relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7048 Export-Controlled Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea;
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/434f251fe3a84d3ab4ec036b3da5d35e/view)
 
Place of Performance
Address: New Castle, DE 19720, USA
Zip Code: 19720
Country: USA
 
Record
SN05797903-F 20200917/200915230152 (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.