SOLICITATION NOTICE
N -- Building Maintenance and Facilities Support Services - SF 18 Request for Quotation
- Notice Date
- 12/3/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
- ZIP Code
- 66101
- Solicitation Number
- RFQ-KS-10-00005
- Archive Date
- 12/31/2009
- Point of Contact
- Debra A. Dorsey, Phone: 9135517784
- E-Mail Address
-
dorsey.debra@epa.gov
(dorsey.debra@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Offeror Information to be completed These will only need to be filled out by the winning offeror. Monitoring Forms Agency Personal Verification Procedures HSPD-12 Department of Labor Wage Determination No: 2005-2307 Revision 9 No: 9 Date of Revision: 10/16/2009 Quality Assurance Surveillance Plan and table Performance Work Statement Offerors shall submit pricing using the SF18 include Unit Price (e) and amount (f) for each Item Number (a) (see block 12 Schedule) COMBINED SYNOPSIS SOLICITATION FOR BUILDING MAINTENANCE AND FACILITIES SUPPORT SERVICES This is a combined synopsis/solicitation for commercial services 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 notice that will be issued. Quotes are being requested. Solicitation number RFQ-KS-10-00005 is applicable and is issued as a request for quotation. The solicitation and incorporated provisions and clauses are those in effect. The requirement is "small business set-aside" with a NAICS Code of 561210(Facilities Support Services) and a size standard in millions of dollars $35.5. The Service Contract Act (SCA) along with the prevailing wage determination applies to this solicitation. This award will be made as a performance based fixed price contract with a 1 year base and three 1 year option terms. Options are not guaranteed but pricing for option terms will be considered during the award process. The description of the commercial service is for building maintenance and facilities support services and reads as follows: BASE YEAR, building maintenance and facilities support services located at the Environmental Protection Agency Region 7 Regional Office, 901 N 5th St., Kansas City, KS 66101. The Contractor shall provide building maintenance and facilities support services in an amount not to exceed 2080 hours during the one (1) year base period. Period of performance shall be 1/1/10- 12/31/10. OPTION 1, building maintenance and facilities support services located at the Environmental Protection Agency Region 7 Regional Office, 901 N 5th St., Kansas City, KS 66101. The Contractor shall provide building maintenance and facilities support services in an amount not to exceed 2080 hours during the first (1) year option period. Period of performance shall be 1/1/11- 12/31/11. OPTION 2, building maintenance and facilities support services located at the Environmental Protection Agency Region 7 Regional Office, 901 N 5th St., Kansas City, KS 66101. The Contractor shall provide building maintenance and facilities support services in an amount not to exceed 2080 hours during the second (2) year option period. Period of performance shall be 1/1/12- 12/31/12. OPTION 3, building maintenance and facilities support services located at the Environmental Protection Agency Region 7 Regional Office, 901 N 5th St., Kansas City, KS 66101. The Contractor shall provide building maintenance and facilities support services in an amount not to exceed 2080 hours during the third (3) year option period. Period of performance shall be 1/1/13- 12/31/13. 0001, Negative incentives a reduction of 1% to 2% of contractor monthly invoice may be deducted for each incomplete relocation not to exceed 5% of the total. The negative incentive will apply to the base year and all option years. The projected period of performance is January 1, 2010 through December 31, 2010. The projected option period one if exercised, period of performance is January 1, 2011 through December 31, 2011. Option period two period of performance will be January 1, 2012 through December 31, 2012. Option period three period of performance will be January 1, 2013 through December 31, 2013. The selection resulting from this request for quotation will be made on the basis of the lowest priced technically acceptable quote from responsible offeror's who meets the minimum contractor qualifications listed in the Performance Work Statement. "A technically acceptable offer is defined as an offeror's that has submitted all the required documents and information. Wherever the words offer, proposal, Offeror's, or similar terms are used in this solicitation or in any applicable provision, they shall be read to mean quote, quotation, offeror's, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotation not a Request for Proposal or an Invitation for bid. Provision 52.212-1, Instructions to Offeror's-Commercial Items, applies to this acquisition. The Contracting Officer will evaluate quotes on the basis of information furnished by the offeror's that demonstrates that they meet the Minimum Contractor qualifications. In addition, Offeror's must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Offeror's are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror's Representations and Certifications-Commercial Items, with their quotes. FAR clause 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.247-64 are applicable to this acquisition: 52.217-9, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.246-4. INSTRUCTIONS TO OFFEROR'S: OFFERERS SHALL COMPLETE AND SUBMIT by e-mail or fax their offer on the provided SF18 for RFQ-PR-KS-10-00005; resume of key on-site personnel demonstrating 1 year experience working with and general office maintenance; a list of at least three references for whom you have provided the same or similar services. Provide the name, phone number, dates and a brief description of the service provided for each reference within the last 3 years and an e-mail address for the contact person; General Questions sheet; a signed statement verifying that you are a small business as defined in this document; including DUNS number and Federal Tax ID number. ALL DOCUMENTS MUST BE RECEIVED BY THE CONTRACTING OFFICER NO LATER THAN CLOSE OF BUSINESS DECEMBER 16, 2009. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Telephonic inquiries will not be accepted. Questions can be submitted by e-mail and sent to dorsey.debra@epa.gov. No questions will be accepted after close of business 12/10/09. Prior to close date an amendment to the solicitation may be posted with answers to submitted questions. Contractor is responsible for checking for amendments before submitting their offer. Award will be made based upon lowest price technically acceptable offer. Technically acceptable is defined as an offer in compliance with the terms detailed in Instructions to Offeror's, as determined by the Contracting Officer and Project Officer. No Negotiations will be held. All interested offeror's shall submit offers to Contracting Officer, Debra Dorsey, at the e-mail address below. Offeror's must be e-mailed, mailed or faxed and are due no later than close of business December 16, 2009. e-mail: Dorsey.debra@epa.gov phone:(913) 551-7784 fax: (913) 551-9784
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/RFQ-KS-10-00005/listing.html)
- Place of Performance
- Address: 901 N. 5th Street, Kansas City, Kansas, 66101, United States
- Zip Code: 66101
- Zip Code: 66101
- Record
- SN02016065-W 20091205/091203235506-3745889fe3daa94071644c135d94d18f (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 |