Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2022 SAM #7405
SOLICITATION NOTICE

S -- Building Operational Services - Beecher Falls BPS

Notice Date
3/8/2022 6:35:21 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
BORDER ENFORCEMENT CTR DIV WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
PR20128355
 
Response Due
3/23/2022 9:00:00 AM
 
Archive Date
04/07/2022
 
Point of Contact
Mistelle Watkins, Nathan Briggs
 
E-Mail Address
mistelle.watkins@cbp.dhs.gov, nathan.p.briggs@cbp.dhs.gov
(mistelle.watkins@cbp.dhs.gov, nathan.p.briggs@cbp.dhs.gov)
 
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 and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, effective January 30, 2022. This requirement is being procured as a total Small Business set-aside under NAICS code 561720. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein.� The RFQ due date is no later than March 23, 2022, at 12:00pm Noon Eastern Time.� Submission shall be via email to the contract specialist listed in proposal submission section below.� It is the offeror�s responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. This requirement will be based on best value to the Government, to include but not limited to price, past performance, and technical capabilities. Offerors are required to submit a technical proposal, past performance information and a price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements.� If you have questions regarding this requirement, please submit your inquiries via email to mistelle.watkins@cbp.dhs.gov no later than March 21, 2022.� Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. The Department of Homeland Security (DHS), Customs and Border Protection (CBP) intends to award a Purchase Order (PO) for the procurement of custodial services, land and grounds maintenance, trash/waste removal, pest control, and snow removal needed in Canaan, Vermont. Please see attached SOW for details of the requirement. FOB-Destination: U.S. Customs and Border Protection Beecher Falls Border Patrol Station 288 Vermont Rt 114 Canaan VT, 05903 PERIOD OF PERFORMANCE The intended period of performance (PoP) for this purchase order will be a 12-month base year with four 12-month option periods. Continuation of the agreement each year will be dependent on the availability of funds.� SITE VISIT REQUIREMENTS - Site visit will be held on-site, May 15, 2022 at 10:00 am, Eastern Time -A site visit and walk through is HIGHLY SUGGESTED before the submission of proposals. -This site visit is limited to key personnel from each organization that will be performing the work on this requirement. -Notification of attendance must be submitted in email to Kevin Colling at kevin.p.colling@cbp.dhs.gov (also, cc: Mistelle Watkins via email to: mistelle.watkins@cbp.dhs.gov) no later than Monday, March 14, 2022 at 4:00pm Eastern Time.� PROPOSAL SUBMISSION REQUIREMENTS: A. General Information: Please review the requirement and respond via email to the Contracting Officer with a courtesy notice of your intent to provide a quote as soon as possible after release of this RFQ. Electronic Submissions: The Quoter shall provide an electronic copy of its submission via email with the RFQ number in the subject line of their email. Quoters shall submit quotes so that they are received no later than 12:00 pm, Eastern Time March 23, 2022. Quotes shall be emailed to: Mistelle Watkins, Contracting Officer at mistelle.watkins@cbp.dhs.gov All proposals shall include: A.� Tax Identification Number (TIN) B.� Dun & Bradstreet Number (DUNS) C.� North American Industrial Classification System (NAICS) D.� Contact Name E.� Contact Email Address F.� Contact Phone Number G.� Contact Fax Number H.� Complete Business Mailing Address Ensure that your firm is registered in System for Acquisition Management (SAM) at www.sam.gov Quotes shall be clear, concise, and shall include sufficient detail for an effective evaluation and for substantiating the validity of stated claims and/or approaches. The Quote should not rephrase or restate the RFQ. B. Submission Requirements: � Factor 1: Technical Approach The technical approach factor focuses on the Quoter�s capabilities and general understanding of the requirement to assess how the quote satisfies the Statement of Work provided by the Government in the solicitation. A single confidence rating will be assigned to Factor 1, taking into consideration the following elements of the technical approach, each of which will be weighted equally within Factor 1: Element 1.1- Capability Statement The Government will assess the Quoter�s overall capabilities, including facility requirements, snow removal plan, custodial services, land and ground maintenance services in accordance with the Statement of Work (SOW). Offerors must demonstrate capabilities in relation to the requirements as set forth in the statement of work and this RFQ. Element 1.2- Quality Control Program IAW Statement of Work section 15.0, The Contractor must submit two copies of a detailed Quality Control Plan (QCP) with their contract proposal. The plan will be site specific and will inform the Government Authorized Representative how the work, supervision, project management and follow up will be performed in this contract to ensure compliance with all requirements. Factor 2: Past Performance The Government will assess its level of confidence that the Quoter will be able to successfully perform the required effort based on the Quoter�s past performance performing prior efforts similar in size and scope. In the case of a Quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Quoter may not be evaluated favorably or unfavorably on past performance. The Quoter shall be determined to have �neutral� past performance. The Government�s assessment will focus on relevant efforts performed by the Quoter. In this context, �Quoter� is defined as a prime contractor and all proposed subcontractors, or a contractor team arrangement (as defined by FAR 9.601) and all proposed subcontractors. In either case, companies will be assessed individually, and results will be aggregated to derive the Quoter�s past performance confidence rating. Each Quoter shall complete and submit summaries for not more than three (3) relevant projects.� Relevant projects are those that are like those requested in this contract.� All references should be either ongoing or completed within the last three years.�� The relevant projects summaries shall include the following information not to exceed one (1) page for each project (total page limit not to exceed 3 pages): Project Name Date of Contract Type of Contract Dollar Value of Contract Period of Performance Description of services provided Name, email and telephone numbers for points of contact (Include Program Manager, Contracting Officer and/or the Contracting Officer Representative) Describe the relevance to the current requirement being solicited (i.e., Facility operations) Factor 3: Price The Government will evaluate the completed Price Quote Form, which includes firm, fixed unit pricing. The total evaluated price will be the sum of the extended pricing for all CLINs across all ordering periods. The total evaluated price will be used to determine which Quoter has the most competitive pricing. FAR 52.219-4 evaluation preference will be applied to the extent required. Total evaluated prices for the quotes will be used in making the trade-off analysis. Evaluation Ratings The evaluation of Factor 1 will be done holistically with a rating scale of ""high confidence,"" ""some confidence,"" and ""low confidence,"" representing the Government�s confidence that the Quoter understands the requirement and will be successful in performing the work. Below are the definitions for the evaluation ratings applied to this factor: Rating Definition High Confidence Results from a Quote that describes a sound approach and indicates the Quoter understands the requirement and is likely to be able to perform the contract at an acceptable or greater level with little Government intervention. Some Confidence Results from a Quote that has some shortcomings yet the Quoter understands the requirements, and, with some Government intervention, is likely to be successful at performing the contract at an acceptable level. Low Confidence Results from a Quote that contains material failures, flaws, or omissions that indicate the Quoter does not understand the requirements and is unlikely to be able to perform the contract at an acceptable level. The evaluation of Factor 2 will be done with a rating scale of ""high confidence,"" ""some confidence,"" and ""low confidence,"" representing the Government�s confidence the Quoter will be successful in performing the work based on the satisfaction of Quoters� customers on other similar, recent contracts. In the case of a Quoter without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Quoter may not be evaluated favorably or unfavorably on past performance, but neutral. Below are the definitions for the evaluation ratings applied to this factor: Rating Definition High Confidence Quoter�s past performance performing similar efforts indicates that Quoter is highly likely to be able to perform the contract at an acceptable or greater level with very little or no Government intervention. Some Confidence Quoter�s past performance performing similar efforts indicates that Quoter is likely to be able to perform the contract at an acceptable or greater level with Government intervention. Low Confidence Quoter�s past performance performing similar efforts indicates that Quoter is unlikely to be able to perform the contract at an acceptable level. Neutral Quoter�s record of relevant past performance or information on past performance is not available or sparse and no meaningful past performance rating can be reasonably assigned. Contact information must be current.� Offerors are responsible for ensuring that the telephone numbers provided for the customer�s representative indicated on each Project Summary are accurate and that the representative is aware that the U.S. Customs and Border Protection Procurement Office may be contacting them regarding the offeror�s past performance. Offerors must either provide the above information or affirmatively state that it possesses no relevant, directly related, or similar past performance.� If no past performance references are submitted, then a rating of neutral will be assigned.� ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW.� If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award and agrees to comply with all the terms and conditions as set forth herein.� It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror�s quote. BASIS FOR AWARD This is a competitive best value in which competing offerors' technical capability and past performance history will be evaluated on a basis more important than cost or price considerations as stated above. Failure to meet any of the requirements may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The Government intends to evaluate proposals and award without discussions with offerors. Therefore, the offerors initial proposal should contain the offerors best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received in accordance with FAR 52.212-1. POINTS OF CONTACT Contracting POCs Mistelle Watkins Border Enforcement Contracting Division Contract Specialist mistelle.watkins@cbp.dhs.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/643900a0c306437e95c59cd335d3103b/view)
 
Place of Performance
Address: Canaan, VT, USA
Country: USA
 
Record
SN06260091-F 20220310/220308230059 (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.