Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

S -- Janitorial service at the National Weather Service Forecast Office Reno, NV

Notice Date
1/12/2021 7:37:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MH21QNWWT0003
 
Response Due
1/21/2021 9:00:00 AM
 
Archive Date
02/05/2021
 
Point of Contact
Jen Brown, Phone: 8015245125239, Chris Peacock
 
E-Mail Address
jen.brown@noaa.gov, christopher.peacock@noaa.gov
(jen.brown@noaa.gov, christopher.peacock@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Recurring standard janitorial service at the National Weather Service Weather Forecast Office in Reno, NV The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c): A National Stock Number is not assigned to this requirement. This requirement is for recurring standard commercial janitorial services performed three times per week. There is not a qualification requirement for this product.� There is no specific manufacturer or part number for this requirement. There is no size, dimension, or other form, fit, or function description for this requirement.� There is no predominant material for this requirement. The requirement is for a quantity of twelve months for the base period and 12 months for each of four option periods. There is an additional option period that is not separately priced for up to six additional months. The maximum quantity of months, if all options are exercised, is 60 months (5 years). The unit of issue is MO (Month). The work will be performed at 2350 Raggio Parkway, Reno, NV 89512 The work will be performed three times per week, on Tuesdays, Thursdays, and Sundays, between 7 pm and 11:59 pm. The base contract period is February 1, 2021 through January 31, 2022. There are four separately priced options of 12-months each, and one additional option to extend any line item/period by up to six months. If all options are exercised to their full capacity, the final contract end date would be no later than January 31, 2026. This requirement includes sustainable acquisition requirements for biobased products, environmentally preferable, and recovered materials (see FAR 23.1 Sustainable Acquisition Policy). The procedures to be used in awarding the contract is through a request for quotations via this combined synopsis/solicitation. The anticipated award date is January 21, 2021. This is not an Architect-Engineer requirement. This requirement does not include Trade Agreement clauses. This requirement is not non-competitive. All responsible sources may submit a quotation, which shall be considered by the agency. This solicitation will be synopsized and available through the Government Point of Entry, Contract Opportunities, at beta.sam.gov. All information necessary to respond to this solicitation electronically is contained herein. Technical data required to respond to the solicitation is contained herein.� The following information is provided in accordance with FAR 12.603(c)(2) (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number is 1333MH21QNWWT0003 and is issued as a request for quotation (RFQ). �A firm-fixed price contract is anticipated to result from this RFQ.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02, November 23, 2020. (iv) This solicitation is being issued as a total small business set-aside. �The associated NAICS code is 561720. �The small business size standard is $19.5M. � OFFERORS MUST BE REGISTERED AT SAM.GOV TO BE ELIGIBLE FOR AWARD (v) The line item numbers, items, quantities, and units of measure, including options, are as follows: Line Item: 0001�� �Item Description: Base period. Standard janitorial service performed three times per week.� � �Quantity: 12� � Unit of Measure: MO Line Item:�1001�� ��Item Description: Option period 1. Standard janitorial service performed three times per week.� � �Quantity: 12� � Unit of Measure: MO Line Item:�2001�� ��Item Description: Option period 2. Standard janitorial service performed three times per week.� � �Quantity: 12� � Unit of Measure: MO Line Item:�3001�� ��Item Description: Option period 3. Standard janitorial service performed three times per week.� � �Quantity: 12� � Unit of Measure: MO Line Item:�4001�� ��Item Description: Option period 4. Standard janitorial service performed three times per week.� � �Quantity: 12� � Unit of Measure: MO Line Item:�N/A�� ��Item Description: Option to extend services, not to exceed 6 months, using the rates applicable at the time of exercise of the option. (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Work.� (vii) Dates and places of delivery and acceptance and FOB point:� Performance will occur three times per week, on Tuesdays, Thursdays, and Sundays, throughout the period of performance. An alternate schedule for holidays may be submitted for approval by the Contractor to the Contracting Officer and MIC within seven days of starting work. The periods of performance, for the base period and each option, are as follows: Base Period: February 1, 2021 through January 31, 2022 Option Period 1: February 1, 2022 through January 31, 2023 Option Period 2: February 1, 2023 through January 31, 2024 Option Period 3: February 1, 2024 through January 31, 2025 Option Period 4: February 1, 2025 through January 31, 2026 Option to Extend Services: Dates are undefined unless/until exercised Acceptance of services performed will be at the National Weather Service Weather Forecast Office located at 2350 Raggio Parkway, Reno, NV 89512. FOB point is not applicable for this requirement. (viii) �FAR 52.212-1, Instructions to Offerors -- Commercial Items (JUN 2020), applies to this acquisition. This is a Best Value acquisition and requires a capability statement and references to be provided with the quote in order to establish management capability, use of sustainable acquisition, and past performance. References must include at a minimum a valid name and phone number. If there is no relevant past performance history, affirmatively state that there is no relevant past performance history; references are still required. Quotes may be submitted on the provided pricing sheet, if preferred, but is not required. Quotes must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes must include business contact information (business name, phone number and email address) and pricing for all separately-priced line items in order to be considered responsive.� PRE-BID SITE VISIT: All interested vendors are strongly encouraged to attend a Site Visit.� To request a site visit, contact Joseph Davis, ASA, Phone: 775-673-8100 x221, email: joseph.davis@noaa.gov or Jon Mittelstadt, MIC, Phone: 775-673-8100 x222, email: jon.mittelstadt@noaa.gov, at least 24 hours in advance of your desired time. Due to maximum teleworking during COVID, please send an email if there is no response to a phone call. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (ix) FAR 52.212-2, Evaluation�Commercial Items (OCT 2014), applies. The specific evaluation criteria to be used in paragraph (a) are, in order of importance: past performance, price, management capability (such as accurate and timely invoicing, communication practices, and customer service), adherence to sustainable acquisition, and compliance with solicitation requirements. Technical and past performance, when combined, are approximately equal to price alone.� (x) FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (NOV 2020)(DEVIATION 2020-11)(AUG 2020), must be completed and included with the quote. (xi) FAR 52.212-4, Contract Terms and Conditions�Commercial Items (OCT 2018)(DEVIATION 2017-02)(AUG 2017), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (NOV 2020)(DEVIATION 2020-11)(AUG 2020)(DEVIATION 2020-05)(APR 2020)(DEVIATION 2017-05)(SEPT 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020) (Pub. L. 109-282)(31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr�2015) 52.222-26, Equal Opportunity (Sept�2016) (E.O.�11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.225-1, Buy American�Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (31 U.S.C. 3903 and 10 U.S.C. 2307). (Deviation 2020-05) (April 2020) 52.222-41, Service Contract Labor Standards (Aug 2018) (41�U.S.C.�chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May�2014) (29�U.S.C.�206 and 41�U.S.C.�chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) (29�U.S.C.�206 and 41�U.S.C.�chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions. The Department of Labor Wage Rates apply for Washoe County, CA: WD 15-5595(rev.-11), dated 12/21/2020, and can be found on beta.sam.gov. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 10:00 A.M. Mountain Time on Thursday, January 21, 2021. �All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov.� Due to current mandatory telework requirements for Department of Commerce employees during the pandemic response, a fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 801-524-5125 x239 in advance to make fax arrangements.� (xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-524-5125 x239.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3747d7550a7f4242a1c5405f071c6330/view)
 
Place of Performance
Address: Reno, NV 89512, USA
Zip Code: 89512
Country: USA
 
Record
SN05890038-F 20210114/210112230109 (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.