SOLICITATION NOTICE
S -- Combined Synopsis/Solicitation
- Notice Date
- 7/13/2009
- Notice Type
- Presolicitation
- Contracting Office
- Department of the Interior, U. S. Geological Survey, USGS - All Offices, U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 09WRQQ0154
- Response Due
- 7/24/2009
- Archive Date
- 7/13/2010
- Point of Contact
- CHERYL FITCH CONTRACTING SPECIALIST 9162789331 ;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- 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. Quotes are being requested and a written solicitation will not be issued. Solicitation Number #: 09WRQQ0154 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-34 issued July 1, 2009. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 561720. Size Standard: $16.5 million. Period of Performance: Base Year - 1 Aug 2009 - 31 Jul 2010, Option year 1 - 1 Aug 2010 - 31 Jul 2011, Option year 2 - 1 Aug 2011 - 31 Jul 2012, Option year 3 - 1 Aug 2012 - 31 Jul 2013, and Option year 4 - 1 Aug 2013 - 31 Jul 2014. PERFORMANCE LOCATION: Cook, Washington CLIN 0001: Base YearFFPQTY: 1U/I: EachCleaning and Carpet Services in accordance with performance work statement. CLIN 0001AA: Base Year CleaningFFPQTY: 12U/I: MOBasic cleaning services in accordance with performance work statement. CLIN 0001AB: Base Year Carpet CleaningFFPQTY: 12U/I: MOCarpet Cleaning in accordance with performance work statement. CLIN 0002: Option year 1FFPQTY: 12U/I: MOSame as CLIN 0001 through Sub CLINS 0001AA and 0001AB CLIN 0003: Option year 2FFPQTY: 12U/I: MOSame as CLIN 0001 through Sub CLINS 0001AA and 0001AB CLIN 0004: Option year 3FFPQTY: 12U/I: MOSame as CLIN 0001 through Sub CLINS 0001AA and 0001AB CLIN 0005: Option year 4FFPQTY: 12U/I: MOSame as CLIN 0001 through Sub CLINS 0001AA and 0001AB A COPY OF THE PERFORMANCE WORK STATEMENT AND BUILDING DIAGRAM/PLANS CAN BE PROVIDED VIA' EMAIL OR FAX. PLEASE EMAIL CHERYL FITCH AT CFITCH@USGS.GOV FOR INFORMATION. Wage Determination WD 05-2441 (Rev.-7) first posted on www.wdol.gov on 6/2/2009 is applicable for the following Occupation Codes and Rates: 11000 - General Services and Support Occupations11150 - Janitor Rate: $11.0811360 - Window CleanerRate: $11.9599000 - Miscellaneous Occupations99730 - Refuse CollectorRate: $14.65 The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1 Full Text, Instructions to Offerors - Commercial (JUN 2008). The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) or be registered with ORCA at https://orca.bpn.gov/. The following additional FAR Clauses are Incorporated by Full Text: 52.203-06, Restrictions on Subcontractor Sales to the Government (SEP 2006), 52.204-09, Personal Identity Verification of Contractor Personnel (SEP 2007), 52.212-02, Evaluation - Commercial Items (JAN 1999), 52.212-4, Contract Terms and Conditions - Commercial Items (MAR 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2009), 52.217-08, Option to Extend Services (NOV 1999), 52.217-09, Option to Extend the Term of the Contract (MAR 2000), 52.228-05, Insurance - Work on a Government Installation (JAN 1997), 52.237-01, Site Visit (APR 1984), 52.237-02, Protection of Government Buildings, Equipment, and Vegetation (APR) 1984 and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following LOCAL Clauses are incorporate by Full Text: 52.000S-5026, Invoice Requirements (MAY 2005), 52.000S-5078, Technical Liaison - Technical Direction (OCT 1997), GS1348, Accident Reporting (APR 2003), GS1350, Supervision of Contractor's Employees (JUL 2007) and GS2110, Appointments for Site Visits, (JUL 2001). The following FAR Clauses are incorporated by reference: 52.204-07, Central Contractor Registration (APR 2008)52.219-06, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644)52.219-08, Utilization of Small Business Concerns (MAY 2004)52.219-14, Limitations on Subcontracting (DEC 1996)52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C. 632(a)(2))52.222-03, Convict Labor (June 2003) (E.O. 11755)52.222-21, Prohibition of Segregated Facilities (Feb 1999)52.226-26, Equal Opportunity (MAR 2007) (E.O. 11246)52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006)52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793)52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (SEP 2006)52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control and the Department of the Treasury).52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332).52.222-41, Service Contract Act of 1965 (NOV 2007)52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (NOV 2006) Award Evaluation Factors: 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance Technical and past performance, when combined, are approximately equal to cost or price. (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. The provision FAR 52.237-1, Site Visit, provides that the contractor will not be entitled to an increase in the contract price for conditions affecting performance which were ascertainable from a reasonably thorough inspection of the site. Accordingly, offerors are invited to inspect the facility by calling Cheryl A. Fitch at 916-278-9331 for an appointment. Please include the company Payment Terms, Federal Tax ID Number, DUNS Number, CCR Certification Verification, ORCA Registration Status. The full text of the above-mentioned FAR clauses may be electronically accessed at http://www.acquisition.gov.far/ or http://www.doi.gov/pam/aindex.html as per 52.252-2, Clauses Incorporated by Reference (FEB 1998). CCR Requirement - Company must be registered with the Central Contractor Registration (CCR) before an award will be made. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Point of Contact for this award is Cheryl A. Fitch at 916-278-9331. Please submit all questions or concerns in writing to Cheryl.fitch@usgs.gov. All questions must be submitted NLT July, 20 2009. Quotes can be faxed to 916-278-9339 or e-mailed to the above-mentioned address. Quotes will be considered late if not received by 24 JULY 2009 @ 1600 hrs (4:00pm) PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/09WRQQ0154/listing.html)
- Place of Performance
- Address: Cook, Washington<br />
- Zip Code: 986059008<br />
- Zip Code: 986059008<br />
- Record
- SN01873510-W 20090715/090713235724-1aac475029768a6afc136c8b76b7d01a (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 |