Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 23, 2024 SAM #8244
SOLICITATION NOTICE

S -- Janitorial Services at the Edward T. Schafer Agricultural Research Service Center in Fargo, ND

Notice Date
6/21/2024 8:10:31 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USDA ARS PA AAO ACQ/PER PROP FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
12805B24Q0268
 
Response Due
6/26/2024 12:00:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Brian Workman
 
E-Mail Address
Brian.Workman@usda.gov
(Brian.Workman@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR subpart 12.6 and FAR Part 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 12805B24Q0268 and is issued as a request for quotation (RFQ). This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2024-05. The associated NAICS Code is 561720 and the Small Business Size Standard is $22 Million. The USDA, Agricultural Research Service, Plains Area, requires janitorial services for two (2) buildings on the Edward T. Schafer Agricultural Research Center (ETSARC). The Government intends to award single firm fixed price purchase order with option years with the following CLINs. The requirements are further detailed in the attached Requirements Document. The DELIVERY ADDRESSES at ETSARC are: Northern Crops Science Laboratory (NCSL) 1307 18th St N Fargo, ND 58102, and; Biosciences Research Laboratory (BRL) 1616 Albrecht Blvd N Fargo, ND 58102 Quote Submission Documents 1)�Transmittal Summary Letter. A summary cover letter to the submission should provide at a minimum the following (i) Identification of the Point of Contact, current phone number, and email address. (ii) SamUEI Number, CAGE Code, Tax Identification Number (TIN) (iii) A list of the submission package contents. 2)�Fully completed and signed SF30 for any and all amendment(s) (if applicable), with blocks 15a, 15b, and 15c completed. Failure to acknowledge all amendments will result in the offer to be found Non-Responsive and not eligible for award. 3)�Technical Capability: Document the offerors plan to accomplish project objectives, including but not limited to the labor categories, experience, methods, and technical approach that demonstrates a thorough knowledge and understanding of the requirements. The submission shall include any risks, assumptions, exclusions, and dependencies inherent to the quote. 4)�Contractor Quote pricing document. Document shall provide detailed pricing breakout in accordance with the CLIN structure and items requested. Offerors shall provide a firm fixed price for each CLIN. Offers shall not present options that cannot be evaluated. Offers that fail to provide firm fixed price offers will not be evaluated. 5) Offerors shall provide at least three (3) past performance references for custodial/janitorial services for federal or state awarded contracts awarded within the past (5) years. The references must include similar size/scope custodial services at a federal or state facility and include the contract number, amount, scope, location, and contracting POC. FAR clauses 52.212-1, 52.212-2, 52.212-3, 52.212-4 and 52.212-5 (and any addenda to those clauses) are included in the attached clauses and provisions document. Additionally, other contract requirements and terms/conditions can be located in the same document. The Government anticipates award of a contract resulting from this solicitation to the responsible offeror whose quote conforms to the specifications that will be the most advantageous to the Government in accordance with FAR 13.106-2 considering three major areas: technical acceptance, past performance and price. Quotes will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which quote meets the lowest price technically acceptable evaluation methodology. ALL OFFERORS ARE REQUIRED TO ATTEND A SITE VISIT ON JUNE 18, 2024 at 10:30 am CDT TO BE ELIGIBLE FOR AWARD. The site visit is at the ETSARC Biosciences Research Laboratory in Fargo, ND. See Attachment 8 for the agenda and directions to the site visit. All questions shall be submitted via email directly to Brian.Workman@usda.gov NLT 2:00 pm CDT on June 19, 2024. Offerors shall submit required documents via email directly to Brian.Workman@usda.gov NLT 2:00 pm CDT, June 26, 2024. Failure to provide the required information in the requested format may result in quotes not being considered for award. Attached Provisions/Clauses apply to this RFQ and any subsequent award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3b53b1a20da541b5a07b565c0884712f/view)
 
Place of Performance
Address: Fargo, ND 58102, USA
Zip Code: 58102
Country: USA
 
Record
SN07104117-F 20240623/240621230107 (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.