Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

S -- S--JANITORIAL SERVICES FOR THE NWS LAKE CHARLES, LA

Notice Date
6/17/2024 2:43:55 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M324Q0304
 
Response Due
6/25/2024 12:00:00 PM
 
Archive Date
07/10/2024
 
Point of Contact
COFFEY, KERRI, Phone: 303-578-6861
 
E-Mail Address
KERRI.COFFEY@NOAA.GOV
(KERRI.COFFEY@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
06/17/2024: VENDOR QUESTIONS AND GOVERNMENT RESPONSES_06/17/2024 ADDED TO SECTION X - LIST OF ATTACHMENTS COMBINED SYNOPSIS/SOLICITATION Non-personal Janitorial Services for National Weather Service (NWS) Weather Forecast Office (WFO) located in Lake Charles, LA (i) 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 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 is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M324Q0304 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 (May 2024). (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 $22.0 million. (v) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 � Base Year Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to provide janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Lake Charles, LA, in accordance with the attached, incorporated Statement of Work. Period of Performance 07/01/2024 through 06/30/2025. Quantity: 12 Months Unit/Monthly Price: ____________ Annual Total: ____________ CLIN 1001 � Option Year 1 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to provide janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Lake Charles, LA, in accordance with the attached, incorporated Statement of Work. Period of Performance 07/01/2025 through 06/30/2026. Quantity: 12 Months Unit/Monthly Price: ____________ Annual Total: ____________ CLIN 2001 � Option Year 2 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to provide janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Lake Charles, LA, in accordance with the attached, incorporated Statement of Work. Period of Performance 07/01/2026 through 06/30/2027. Quantity: 12 Months Unit/Monthly Price: ____________ Annual Total: ____________ CLIN 3001 � Option Year 3 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to provide janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Lake Charles, LA, in accordance with the attached, incorporated Statement of Work. Period of Performance 07/01/2027 through 06/30/2028. Quantity: 12 Months Unit/Monthly Price: ____________ Annual Total: ____________ CLIN 4001 � Option Year 4 Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary to provide janitorial services at the National Weather Service (NWS) Weather Forecast Office (WFO) in Lake Charles, LA, in accordance with the attached, incorporated Statement of Work. Period of Performance 07/01/2028 through 06/30/2029. Quantity: 12 Months Unit/Monthly Price: ____________ Annual Total: ____________ Aggregate Total for All Years: _________________________ (vi) Description of requirements is as follows: See attached Statement of Work which applies to Base Year and all Option Years 1 � 4, and Department of Labor Wage Rates: WD 2015-5185, Revision No. 25, dated 04/26/24, which can be found on: https://sam.gov/content/wage-determinations INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD. (vii) Date(s) and place(s) of delivery and acceptance: Period of performance shall be: Base Year for a twelve month period 07/01/2024 through 06/30/2025. Option Period 1 for a twelve month period 07/01/2025 through 06/30/2026. Option Period 2 for a twelve month period 07/01/2026 through 06/30/2027. Option Period 3 for a twelve month period 07/01/2027 through 06/30/2028. Option Period 4 for a twelve month period 07/01/2028 through 06/30/2029. Place of Performance: National Weather Service 500 Airport Blvd. #115 Lake Charles, LA 70607-0669 (viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer. (xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (May 2024), applies to this acquisition apply can be found in full text on the Request for Quote form SF18 attachment. (xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (xv) Quotes are required to be received in the contracting office no later than 1:00PM MT on TUESDAY JUNE 25, 2024. All quotes must be submitted electronically via email to kerri.coffey@noaa.gov (xvi) Any questions regarding this solicitation should be submitted electronically via email to kerri.coffey@noaa.gov UTILIZATION OF FEDCONNECT� FOR CONTRACT ADMINISTRATION The Department of Commerce will utilize the FedConnect� web portal in administering this award. The contractor must be registered in FedConnect� and have access to the FedConnect� website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect� questions please call the FedConnect� Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect�. (End) 1352.215-72 Inquiries (Apr 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO KERRI.COFFEY@NOAA.GOV QUESTIONS SHOULD BE RECEIVED NO LATER THAN 10:00PM MT THURSDAY JUNE 20, 2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) 52.237-1 Site Visit (Apr 1984) Offerors or quoters 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. (End of provision) A site visit is highly recommended but not required. Offerors 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. Offerors or quoters may visit the site MONDAY JUNE 17, TUESDAY JUNE 18, or THURSDAY JUNE 20, 2024, 7:00am-3:00pm CT. Offerors or quoters should go to the Place of Performance (National Weather Service 500 Airport Blvd. #115 Lake Charles, LA 70607-0669), state the purpose of your visit, and ask for Roger Erickson. No appointment is necessary. All questions that arise during the site visit should be submitted in writing via email to kerri.coffey@noaa.gov QUESTIONS SHOULD BE RECEIVED NO LATER THAN 10:00PM MT THURSDAY JUNE 20, 2024. FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to kerri.coffey@noaa.gov 2. Offeror shall have an active registration in the System for Award Management (SAM) found at https://sam.gov/content/home in order to provide a quote and be eligible for award. Offeror must provide their Unique Entity Identification (UEID) Number/Commercial and Government Entity (CAGE) code with their quote. 3. Offerors shall assume that the Government has no prior knowledge of them or their capability. 4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted. 1. Technical Approach and Capability. 2. Past Performance. 3. Price. �THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT�. FAR 52.212-2 Evaluation- Commercial Products and Commercial Services (Nov 2021) Offers will be evaluated based on price and the factors set forth in paragraph (a). The evaluation will consider the Non-Price Technical Solution (Technical Approach and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factor, price becomes more important and may become the determining factor for award. If, at any stage of the evaluation, all vendors are determined to have submitted equal, or virtually equal, Non-Price Technical Solutions, price could become the factor in determining which vendor will receive the award. The Government intends to evaluate the quotes and award a purchase order based on the Offeror�s initial quote; therefore, the Offeror�s initial quote should contain the Offeror�s best terms from a Non-Price Technical Solution and price standpoint. The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds. Furthermore, the Government may waive informalities and minor irregularities or omissions in quotes received. The Government may make award to other than the lowest-priced Offeror or the Offeror with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability. (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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 1. Technical Approach and Capability. The Offeror�s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror�s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. Provide a detailed description of the company�s experience performing similar services. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made or not. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e., performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.) 2. Past Performance. The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency�s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Quote shall include at least two references from at least two separate contracts for similar and relevant services including the name of business, name of person who is knowledgeable of Offeror�s performance, phone number, full address, and e-mail address. Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance. 3. Price. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution. The Government intends to award a trade-off, single firm fixed-price purchase order on an all or some basis with payment terms of Net 30. (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)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5898c1cdcda04763840d647f3ed41d19/view)
 
Record
SN07099355-F 20240619/240617230116 (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.