Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 05, 2021 SAM #7095
MODIFICATION

S -- INSCOM COVID-19 Disinfectant Contract (ICDC) COVID-19 and other Communicable Disease Cleaning

Notice Date
5/3/2021 10:15:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W6QK INSCOM BELVOIR FORT BELVOIR VA 22060-5246 USA
 
ZIP Code
22060-5246
 
Solicitation Number
W50NH9-21-R-0018
 
Response Due
5/17/2021 8:59:00 AM
 
Archive Date
06/01/2021
 
Point of Contact
Regina M. Cronin, Phone: 703.428.5771, Kyle Jackson, Phone: 703.428.5651
 
E-Mail Address
regina.m.cronin.civ@mail.mil, kyle.s.jackson2.ctr@mail.mil
(regina.m.cronin.civ@mail.mil, kyle.s.jackson2.ctr@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. W50NH9-21-R-0018 is issued as a request for proposal (RFP). The contractor shall provide on-call and routine disinfectant and cleaning upon request to the INSCOM Garrison and Non-Garrison installations that prioritize infection control and disrupt the spread of communicable disease.�The work to be performed under this contract will be performed, but is not limited to, the following CONUS INSCOM locations: Aberdeen Proving Ground, MD, Alexandria, VA (Metro Park), Buckley AFB, Camp Bullis, TX,� Charlottesville, VA, Fort Belvoir, VA, Fort Bliss, TX, Fort Hood, TX, Fort Meade, MD, Fort Sam Houston, TX, Fort Shafter, Fort Stewart, GA, Fort Polk, LA, Hunter Army Airfield, GA, Kelly AFB Lackland AFB, TX,� Riviana Station. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This will be a 100% Small Business Set-Aside. The associated NAICS code is 561720 - Janitorial Services and the small business size standard is $19,500,000. The provision at 52.212-1, Instructions to Offerors-Commercial and 52.212-2, Evaluation-Commercial Items, applies to this acquisition and a statement regarding any addenda to the provision. Offerors, shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Offerors, shall include a completed copy of the provision at 52.204-8, Annual Representations and Certifications. Offerors, shall include a completed copy of the provision at 52.204-24� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Offerors, shall include a completed copy of the provision at 52.204-26� Covered Telecommunications Equipment or Services--Representation. The proposal submitted in response to this RFP is due to arrive NLT 11:59�a.m. Eastern Time (ET), 17�May 2021 and furnished electronically to the Contracting Officer (KO), Regina M. Cronin at regina.m.cronin.civ@mai.mil, contract specialist Kyle Jackson at kyle.s.jackson2.ctr@mail.mil, and secondary contract specialist Justin Neville at justin.i.neville.civ@mail.mil. Any questions pertaining to this RFP shall be addressed electronically to Contracting Officer (KO), Regina M. Cronin at regina.m.cronin.civ@mai.mil, the contract specialist Kyle Jackson at kyle.s.jackson2.ctr@mail.mil, and the secondary contract specialist Justin Neville at justin.i.neville.civ@mail.mil �and shall be submitted NTL 11:59�am, ET, 12 May 2021.� Attachments: W50NH9-21-R-0018.pdf Government Furnished Pricing Model ICDC (Attachment 001) Final.xlxs
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71ca45495b314647bff45a2dd1aee027/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05989367-F 20210505/210503230112 (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.