Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2023 SAM #7838
SOLICITATION NOTICE

S -- Central Zone Substation Janitorial Services

Notice Date
5/12/2023 10:20:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
WESTERN-SIERRA NEVADA REGION FOLSOM CA 95630 USA
 
ZIP Code
95630
 
Solicitation Number
89503323QWA000180
 
Response Due
5/19/2023 11:00:00 AM
 
Archive Date
06/03/2023
 
Point of Contact
Alicia Powell
 
E-Mail Address
apowell@wapa.gov
(apowell@wapa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued.��The Contractor shall provide all labor, management, supervision, materials, supplies, and equipment and shall plan, schedule, coordinate, and conduct janitorial services for Western Area Power Administration (WAPA) Sierra Nevada Region (SNR) northern California facilities, please see attached PWS Solicitation no.89503323QWA000180 has been issued as a Request For Quotation for a firm fixed price contract to provide all support� for Western Area Power Administration (WAPA)The Contractor shall provide all labor, management, supervision, materials, supplies, and equipment and shall plan, schedule, coordinate, and conduct janitorial services for Western Area Power Administration (WAPA) Sierra Nevada Region (SNR) northern California facilities, . See attached scope of work includes (See attached Statement of Work) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 dated 2022-02-2023. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation � Commercial Items, applies to this acquisition. The following factors shall be used to evaluate offers: price and past performance. Offerors are advised to submit 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 and these clauses: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://www.acquisition.gov. 52.202-1, Definitions (June 2020), 52.204-7, System for Award Management (Oct 2018), 52.222-3, Convict Labor (June 2003), 52.222-26, Equal Opportunity (Sept 2016), 52.222- 35, Equal Opportunity for Veterans (June 2020), 52.222-36, Equal Opportunity for Workers with Disabilities (June 2020), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) , 52.223-6, Drug-Free Workplace (May 2001), 52.224-1, Privacy Act Notification (Apr 1984), 52.224-2, Privacy Act (Apr 1984), 52.228-5 Insurance- Work On A Government Installation (JAN 1997), 52.229-3, Federal, State, and Local Taxes (Feb 2013), 52.229-4, Federal, State, and Local Taxes (State and Local Adjustments) (Feb 2013), 52.232-1, Payments (Apr 1984), 52.232- 8, Discounts for Prompt Payment (Feb 2002), 52.232-17, Interest (May 2014), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018), 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Nov 2021), 52.233-1, Disputes (May 2014), 52.233-3, Protest after Award (Aug 1996), 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984), 52.237-3, Continuity of Services (Jan 1991), 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL(JAN 2011) EVALUATION FOR AWARD Evaluation. Basis for Contract Award.�Award will be made based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the technical factors stated in the Addendum to FAR Clause 52.212-1. All quotes shall be evaluated for technical acceptability. Failure to meet a requirement may result in a quote being determined technically unacceptable. Technical tradeoffs will not be made, and no additional credit will be given for exceeding acceptability. Award will be made to the offeror who: is rated �Acceptable� in Factor 1 Technical; has the lowest evaluated price; and whose quote conforms to the solicitation requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation). Number of Contracts to be Awarded. The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the quotes and prices submitted and the availability of funds. Rejection of Offers.�The Government may reject any evaluated quote that fails to adequately address a significant portion of the requirement or contract terms and conditions. Solicitation Requirements (Terms and Conditions).�Offerors are required to meet all solicitation requirements such as: terms and conditions; representations and certifications; PWS requirements; and those identified as factors. Failure to comply with the terms and conditions of the solicitation may result in the Offeror being ineligible for award. Offeror shall take no exception to the solicitation requirements. 2.0. Evaluation Factors 2.1. Evaluation Factors used To Evaluate.�Award will be made to the offeror quoting the combination most advantageous to the Government based upon an integrated assessment of the evaluation factors described below: Factor 1: Technical Factor 2: Price 2.1.1. Evaluation Methodology.�The Government will evaluate all factors concurrently for all quotes. Only those offerors determined to be technically acceptable will be considered for award. Award will be made to the lowest evaluated priced quote meeting the acceptability standards for Factor 1, who has been determined responsible and whose quote conforms to the solicitation requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation). 2.2. Factor 1 � Technical The technical factor will receive one of the ratings described below based on the criteria listed below. The technical ratings are defined as follows: Rating Description Acceptable Quote meets the requirements of the solicitation. Unacceptable Quote does not meet the requirements of the solicitation. Factor 2 � Price Price Reasonableness, Balance, and Price Realism.�The Government will rank all offers by Total Evaluated Price (TEP), including all option prices. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is based on competitive quotations or offers, but may also be based on techniques described Contract Pricing Reference Guide-Volume 1. Unreasonable or unrealistic proposed prices, initially or subsequently, may be grounds for eliminating a proposal from competition on the basis that the Offeror does not understand the requirement. Additionally, unbalanced pricing may pose an unacceptable risk to the Government and may render an Offeror's proposal ineligible for award. Offers should be sufficiently detailed to demonstrate their price reasonableness, balance, and price realism. The burden of proof for credibility of proposed prices rests with the Offeror. Total Evaluated Price (TEP).�Pricing quotes will be reviewed for compliance with FAR 52.212-1 Addendum pricing instructions. Table1 below will demonstrate the TEP calculation methodology. Proposed pricing evaluated as the TEP is required IAW with the following format: PERIOD OF PERFORMANCE 12 months PRICE TOTAL PRICE FOR BASE PERIOD TOTAL PRICE FOR 6 MONTH EXTENSION TEP = (BASE + 6 MONTH EXT)??????? The TEP will be calculated as the sum of the offeror�s proposed prices for 12-month Base Period (to include cut-over), four one-year Option Periods, and an optional six-month Extension Period IAW FAR 52.217-8 �Option to Extend the Term of the Contract.� The six-month Extension Period unit prices will be based on the proposed base year pricing,� The six-month Extension Period under FAR 52.217-8 will only be utilized if necessary. TEP will be used for evaluation purposes only. Evaluation of options shall not obligate the Government to exercise such options. The six-month Extension Period is not to be considered part of base year and will be a separate option exercise if it is utilized. This requirement is set-aside for TOTAL SMALL BUSINESS. The NAICS code is 561720 and the small business size standard is $22 million. ATTACHMENTS: ATTACHMETN 1 � STATEMENT OF WORK ATTACHMENT 2 � WAGE DETERMINATION ATTACHMENT 3-�� SF 1449 �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/60d8323d823b404a9a9434dcb2e016d0/view)
 
Record
SN06680980-F 20230514/230512230108 (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.