SOLICITATION NOTICE
S -- This is a Combined Synopsis/Solicitation for Janitorial Services in Slidell, LA.
- Notice Date
- 2/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-1026-828-8000
- Response Due
- 2/23/2009
- Archive Date
- 4/24/2009
- Point of Contact
- Richard White, 703-428-0435<br />
- Small Business Set-Aside
- Total Small Business
- 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. PERFORMANCE WORK STATEMENT-The Performance Work Statement(PWS) will be incorporated into Amendment 1 of solicitation number W91WAW-1026-828-8000 Combined Synopsis/Solicitation for Janitorial Service for The Department of Defense Inspector General in Slidell, Louisiana (I) 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. (II) The solicitation document is issued as a request for proposal (RFP). Submit written proposals on RFP number RFQ1026-828-80001. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (IV) The North American Industry Classification System (NAICS) code is 561720 and the size standard is $16.5 million. The acquisition will be issued as a 100% Small Businesses Set-a-Side. (V) This combined solicitation/synopsis is for purchase of the following commercial services: 0001. Janitorial Services for the Department of Defense Inspector Generals Office in Slidell, Louisiana. ITEM NO -- SUPPLIES/SERVICES -- QUANTITY -- UNIT- UNIT PRICE - AMOUNT 000112 MONTH 0.00 0.00 Monthly janitorial services for DoDIG, in Slidell, LA base year. 100112 MONTH 0.00 0.00 Monthly janitorial services for DoDIG, in Slidell, LA option year 1. 200112 MONTH 0.00 0.00 Monthly janitorial services for DoDIG, in Slidell, LA option year 2. 300112 MONTH 0.00 0.00 Monthly janitorial services for DoDIG, in Slidell, LA option year 3 (VI) PERFORMANCE WORK STATEMENT-The Performance Work Statement(PWS) will be incorporated into Amendment 1 of solicitation number W91WAW-1026-828-8000. (VII) Period of Performance (POP): Department of Defense Inspector Generals office (DODIG) in Slidell, LA Base Year March 1, 2009 through February 28, 2010 Option Year 1 March 1, 2010 through February 28, 2011 Option Year 2 March 1, 2011 through February 29, 2012 Option Year 3 March 1, 2012 through February 28, 2013 (VIII) The provision 52.212-1 -- Instructions to Offerors -- Commercial Items, applies to this acquisition. (IX) The provision at FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. (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. The following factors shall be used to evaluate offers: The specific criteria against which the competing proposals were evaluated consisted of the following Factors (in descending order of importance) Factor 1 - Technical Capability Factor 2 - Past Performance Factor 3 - Price C. EVALUATION APPROACH All proposals shall be subject to evaluation by a team of Government personnel. 1. FACTOR 1: TECHNICAL CAPABIILTY APPROACH Sub-factor A. Corporate Experience and Capability - The Government will assess the offerors experience with work of similar nature, scope, complexity, Past Performance and difficulty to that which will be performed under the prospective contract contemplated by this solicitation. Also describe secured and non-secured facilities (conference room, VTC, etc) that are available for use in the performance of the PWS. The Government will evaluate the offerors on-going and prior experience within the last three years on projects similar in size, scope, cost, and complexity to that described in the PWS. The objective of the evaluation is to: (1) Determine the degree to which the offeror has previously encountered and successfully satisfied requirements of like breadth, detail, and challenges that it may encounter under the prospective contract; and (2) Develop insight into the offerors demonstrated capabilities and its ability to meet the Governments stated requirement. (3) Assess the offerors understanding of the requirement for the support described in the PWS. Sub-factor B. Quality Control - The government will assess the offerors ability to develop and maintain an effective quality control program to ensure performance of services in accordance with this PWS. The offeror must show how it will develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. A thorough understanding that the offerors quality control program is the means by which the Offeror assures that the work complies with the requirement of the contract. 2. FACTOR 2: PAST PERFORMANCE APPROACH: The Past Performance Team evaluates past performance by assessing the Offerors recent performance on projects similar in scope to the PWS of the solicitation. When assessing performance risk, the Government will focus its inquiry on the Offerors past performance under existing and prior contracts over the past five (5) years as it relates to all solicitation requirements. Relevancy is defined as the scope, magnitude, complexity, and similarity of Offerors past performance as it relates to this acquisition. When an Offeror lacks institutional experience necessary to provide this information, the Offeror can use past performance of personnel proposed to perform this requirement. Offerors who have no history of past performance, or even whom past performance information is unavailable shall not be evaluated favorably or unfavorably on past performance, the neutral rating will be used. When unfavorable relevant past performance information is received for any Offeror, the Government may disregard or discount that information if convincing evidence demonstrates that the performance problems identified were outside the control of the Offeror or due to excusable delays. The Government may use personal knowledge or information from other sources in its evaluation of an Offerors past performance, provided information is consistent with the established evaluation criteria of the RFP. The Past Performance evaluation will assess the relative risks associated with an Offerors likelihood of success in performing the solicitations requirements as indicated by that Offerors record of past performance. Performance Risk Factor Rating of Low Risk, Moderate Risk, High Risk or Unknown Risk will be assigned to the Past Performance Factor. Offerors that would be eliminated from the competitive range solely based on negative findings in past performance shall be given an opportunity to address such findings. Adverse Past Performance may result in an overall high-risk rating. Offerors lacking relevant past performance history will be evaluated on past performance information regarding predecessor companies and key personnel who have experience relevant to the instant acquisition. In this case, an unknown risk factor will be given. The evaluation process will consider the following: (1) Quality of Product or Service (2) Timeliness of Performance (3) Business Relations (4) Management of Key Personnel (5) Compliance with Environmental, Safety, Health and Security Requirements It is incumbent upon the offerors to explain the relevance of data provided in the proposal. Offerors are responsible for completeness and accuracy of performance information obtained from other sources. 3. FACTOR 3 PRICE: The Offeror will be evaluated based on completeness, reasonableness and balance. The determination that the total price is reasonable will be based on information submitted with the offerors proposal (See Instruction to Offerors), the comparison of other competitive offers, and the Independent Government Estimate (IGCE). a. Reasonableness. An assessment of the Offerors estimating methodology to determine whether the proposed s are reasonable based upon a comparison with the Independent Government Cost Estimate (IGCE) and s proposed by other Offerors and realistic based upon the requirements. b. Completeness. This includes responsiveness in addressing all RFP requirements. The proposal will be reviewed to ensure data provided is sufficient to allow a complete analysis and evaluation of the items delineated in the CLINs and includes all information required in Instructions, Conditions and Notices to Offerors. c. Options. The Government will evaluate offers for award purposes by adding the total for all options to the total for the basic requirement. The Government may determine that an offer is unacceptable if the options are significantly unbalanced. Evaluation of options will not obligate the Government to exercise the option(s). (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 offers 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. The provision at FAR 52.222-22, Previous Contracts and Compliance Reports applies to this acquisition.. (X). The provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items(By Reference), applies to this acquisition, the offeror must submit a completed copy of with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions (By Reference), applies to this acquisition. (XII) The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is applies to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2009) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (17) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X_ (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (21) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). _X_ (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X_ (24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). Office of Foreign Assets Control of the Department of the Treasury). _X_ (38) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (e)(1)(i) through (xi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (iii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (iv) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (v) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (vi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (vii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (viii) 52.222-54, Employment Eligibility Verification (Jan 2009). (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (XIII) N/A (XIV) N/A (XV) Quotes are required to be received in the contracting office no later than 12:00 PM noon EST on Feb 23, 2009. All quotes must be emailed or faxed to the attention of, Richard W. White @ Email: richard.white20@us.army.mil or FAX: 703-428-1401. (XVI) Any questions regarding this solicitation should be directed to Richard White, Contract Specialist, 703-428-0435 Work, and email: richard.white20@us.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3406b1a8e7f9e3007f073bf084664333&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
- Zip Code: 20310-5200<br />
- Zip Code: 20310-5200<br />
- Record
- SN01749590-W 20090214/090212215910-3406b1a8e7f9e3007f073bf084664333 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |