Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2024 SAM #8375
SOLICITATION NOTICE

S -- Floor Maintenance Service

Notice Date
10/30/2024 8:45:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860125Q0008
 
Response Due
11/15/2024 7:00:00 AM
 
Archive Date
11/30/2024
 
Point of Contact
Jennifer Blackford, Shannon Scott, Phone: 9376569547
 
E-Mail Address
jennifer.blackford@us.af.mil, shannon.scott.4@us.af.mil
(jennifer.blackford@us.af.mil, shannon.scott.4@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation AFLCMC/PZI Installation Contracting Support Wright Patterson AFB, OH 45323 Date:� 28 October 2024 Title: Floor Maintenance Service Request for Quote (RFQ) / Solicitation Number: FA860125Q0008 Quotes Due: 15 November 2024 at 10:00 am EST Contact Point(s): Jennifer Blackford, Contract Specialist Email: jennifer.blackford@us.af.mil And Shannon Scott, Contracting Officer Email: shannon.scott.4@us.af.mil 1.� 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; quotes are being requested and an additional written solicitation will not be issued. The solicitation is conducted as a commercial procurement using Simplified Acquisition Procedures (FAR Part 13). This notice is expected to result in award of a Firm Fixed Price (FFP) contract for a commercial service to the responsible offeror who submits a quotation that: (1) conforms to the requirements, (2) complies with the minimum requirements stated in the Performance Work Statement (PWS) as evidenced by providing a complete description of the service provided, and (3) that submits the quotation with the lowest price technically acceptable, provided that the price is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon: 1) the quality of quotations received, and 2) whether proposed prices are determined to be fair and reasonable. This requirement shall be 100% small business set aside under NAICS 561720 with a size standard of $22M. 2.� Requirement: The Aerospace Fuels Laboratory has a requirement for a floor maintenance service to be performed one (1) time per year. Services will be performed at Wright Patterson AFB OH Area B, Building 70, 14,800 SqFt. CLIN����� ����Item���������������������� ��������������������������������� ����Quantity����������� ��������Unit 0001���������� Floor Maintenance Service������������������������������� 1��������������������� Each��� 1001���������� Floor Maintenance Service������������������������������� 1��������������������� Each 2001���������� Floor Maintenance Service������������������������������� 1��������������������� Each 3001���������� Floor Maintenance Service������������������������������� 1��������������������� Each 4001���������� Floor Maintenance Service������������������������������� 1��������������������� Each������ 3.� Period of Performance: The Period of Performance (POP) is one (1) base year plus 4 one � year options.� Delivery of services requested by delivery date of 31 March 2025, 31 March 2026, 31 March 2027, 31 March 2028, and 31 March 2029. 4.� Site Visit: A Site Visit will be conducted at the Aerospace Fuels Laboratory (AFPET), Bldg. 70, on 06 November 2024 @ 1000 am. If you would like to attend, please send the required information listed below and a visitor pass request will be submitted for entry. Limit two (2) visitors per vendor. NOTE: Vendor will be required to pick up visitor pass on the day of the site visit.� *****All requests MUST be received by 12:00 pm on 01 November 2024.***** a.� Visitor Pass Request � Required Information: 1. Visitor�s first and last name exactly as it appears on their driver�s license.� 2.�Visitor�s driver�s license or state ID number AND state of issuance OR visitor�s US passport number. 5.��Request for Information: The Government will accept questions concerning solicitation number FA860125Q0008 until 12 November 2024 at 10:00 am EST. Email your questions on a .pdf, .doc, .docx, .xls or .xlsx document to jennifer.blackford@us.af.mil and shannon.scott.4@us.af.mil. Any questions received after this date and time may not be considered. 6.� Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist via e-mail at jennifer.blackford@us.af.mil and Contracting Officer at shannon.scott.4@us.af.mil. Quotes must conform to the requirements of this solicitation and must be received no later than 15 November 2024 at 10:00 am EST. It is the responsibility of the offeror to ensure that the quote and its attachments are received. Any correspondence sent via e-mail must contain the subject line �FA8601-25-Q-0008, Floor Maintenance Service� The entire quotation must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any.�E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).�Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent.�The email filter may delete any other form of attachments. If a DoDSafe drop off is needed, please notify the contract specialist or contracting officer at least 48 hours before quotes are due. Any quotes received after designated closing date and time need not be considered. Quotes must include aggregate total of base plus all option year CLINS, if requested (IAW FAR 52.217-5 Evaluation of Options). All quotes shall conform to the Contract Line-Item Number (CLIN) structure of attached solicitation. 7.� Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. 8.� Period of Acceptance of Quotes: Offeror agrees to hold prices in its quote firm for 90 calendar days from the date specified for receipt of offers. 9.� SAM Registration: Firms submitting a quote for the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless of the package being considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, www.SAM.gov. 10.� Provisions and Clauses: See solicitation attachment for applicable provisions and clauses. Offerors shall complete and include in quotations all representations and certifications, as well as all fill-in provisions and clauses, contained within this solicitation. Additionally, quotations that contain pricing only with no description/detail of the service that will be provided will not be accepted or considered for award.� List of Attachments: Combined Synopsis_Solicitation Performance Work Statement Bldg.70 Floor Plan Wage determination Vendor Questions_Government Answers 29Oct2024
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/15a56e8d37ab41968880afb5bdf86661/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07252404-F 20241101/241030230101 (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.