Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2021 SAM #7305
SOLICITATION NOTICE

S -- 157th NHANG KP/Janitorial Services

Notice Date
11/29/2021 11:11:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W7NN USPFO ACTIVITY NHANG 157 PORTSMOUTH NH 03801-2886 USA
 
ZIP Code
03801-2886
 
Solicitation Number
W50S8A-22-Q-0002
 
Response Due
12/30/2021 7:00:00 AM
 
Archive Date
01/14/2022
 
Point of Contact
Alyssa Jackson, Phone: 6037153710, Scott Ballweg, Phone: 6037153670
 
E-Mail Address
alyssa.s.jackson7.mil@mail.mil, scott.l.ballweg.civ@army.mil
(alyssa.s.jackson7.mil@mail.mil, scott.l.ballweg.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� The solicitation number is W5058A-22-Q-0001, and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) #2021-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 561720 �Janitorial Services.� The solicitation will start on the date this solicitation is posted and will end on 30 December, 2021 at 10am Time Eastern Time. Location of services performed shall be 302 Newmarket Street, Newington, NH 03803. The Government contemplates award of a Firm-Fixed Price (FFP) contract. This requirement is for 157th Services Squadron, kitchen and dining hall cleaning services located at the 157th New Hampshire Air National Guard. This requirement is for one (1) base year plus four (4) option years. Services are required IAW the schedule provided on the Performance Work Statement (see schedule in attached PWS). 0001 KP SERVICES BASE YEAR QTY= 12 Months KP service April 1, 2022 � March 31, 2023, FFP KP service for Dining Facility per PWS 1001: KP SERVICES (OPTION YEAR 1) QTY= 12 Months KP service April 1, 2023 � March 31, 2024,� FFP KP service for Dining Facility per PWS 2001: KP SERVICES (OPTION YEAR 2) QTY= 12 Months KP service April 1, 2024 � March 31, 2025, FFP KP service for Dining Facility per PWS 3001: KP SERVICES (OPTION YEAR 3) QTY = 12 Months KP service April 1, 2025 � March 31, 2026,�FFP KP service for Dining Facility per PWS 4001: KP SERVICES (OPTION YEAR 4) QTY= 12 Months KP service April 1, 2026 � March 31, 2027,�FFP KP service for Dining Facility per PWS Period of Performance:� 1 April 2022 � 31 March 2027 Site Visit. A site visit will NOT be conducted. Discussions: The Government reserves the right to award this contract without discussions All technical or contractual questions shall be submitted in writing via e-mail no later than 11:00 am EST on�15 December, 2021 to Alyssa Jackson at Alyssa.s.jackson7.mil@mail.mil.� Telephone inquiries will not be accepted. If the Government responses to technical questions affect the Performance Work Statement requirements or any other portion of the solicitation, then an Amendment of Solicitation will be issued.� The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W5058A-22-Q-0001. For example, the subject of your email should be similar to the following: Company XXXXX Question Regarding Solicitation Number W5058A-22-Q-0001. All bids and accompanying files will be submitted in writing via e-mail no later than 10:00 AM EST on 30 December, 2021 to Alyssa Jackson at Alyssa.s.jackson7.mil@mail.mil. Quotes submitted via telephone will not be accepted. The subject of your email must include your company's legal name, state the nature of your email and include the Solicitation Number W5058A-22-Q-0001. For example, the subject of your email should be similar to the following: Quote Submission by Company XXXXX, Solicitation Number W5058A-22-Q-0001. This solicitation requires active registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. The selected offeror must comply with the following provisions and clauses. In order to be considered for award, interested offerors must provide, along with their quotes, the representations and certifications regarding certain telecommunication and video surveillance equipment or services as follows: 52.204-24������� Representation Regarding Certain Telecommunications and Video �������� DEC 2019 Surveillance Services or Equipment 52.204-25������� Prohibition on Contracting for Certain Telecommunications Video��������� AUG 2019 ����������������������� Surveillance Services or Equipment 52.204-26������� Covered Telecommunications Equipment or Services-Representation����� DEC 2019 See the �Provisions & Clauses� attachment for a complete list of provisions & clauses applicable to this solicitation IAW FAR 52.212-1 Instructions to Offerors, interested parties must also submit the following in addition to their quotes: References, and points of contacts, for previous contracts successfully performed A detailed management plan that, at a minimum, documents how many individuals will be on-staff during the performance of this contract and how the vendor plans to address staffing shortfalls as they occur See FAR 52.212-1 in the provisions & clauses for complete details. FAR 52.212-2 -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: Lowest Price technically Acceptable 1. Price a. All prices are reasonable b. Prices are broken base and option years as well as the tasks grouped under each 2. Technical a. The contractor�s management plan for the supervision of its employees i. Acceptable Plan � includes the number of staff available during each drill to perform on this contract as well as a plan to quickly replace employees in the event of a staffing shortfall.�� ii. Unacceptable Plan � no structured plan b. Contractors detailed plan meet section 5.1, 5.2, 5.3, and 5.4 of the PWS.� The contractor shall provide a statement of how they will meet these elements of the PWS.� i. Acceptable Plan � a written statement on how the contractor will provided the services listed in each section ii. Unacceptable Plan- Contractor does not address the elements above 3. Past Performance a. CPARS ratings on current contracts. Evaluation will be conducted in CPARs i. Acceptable �Contractor is deemed acceptable with a satisfactory performance. No past performance in CPARS is deemed acceptable ii. Unacceptable � contractor has �unsatisfactory� rating (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) Interested parties are required to submit their responses to 52.212-3, Offeror Representations and Certifications- Commercial Items with their offers. The following provisions & clauses also apply, see the provisions and clauses attachment for full details 52.212-4 52.212-5
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d01a71145804daf85b87021f7bbdeaf/view)
 
Place of Performance
Address: Newington, NH 03801, USA
Zip Code: 03801
Country: USA
 
Record
SN06186251-F 20211201/211129230115 (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.