Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2009 FBO #2934
SOLICITATION NOTICE

S -- Janitorial Service National Weather Service Morristown, TN - RFQ,SOW,WAGE RATES

Notice Date
12/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Weather Service, 1325 East West Highway, SSMC2, Room 11226, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NWSSR-10-00007
 
Archive Date
12/29/2009
 
Point of Contact
Liliana Garcia, Phone: 8179781111151
 
E-Mail Address
lily.garcia@noaa.gov
(lily.garcia@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ,STATEMENT OF WORK, WAGE RATES COMBINED SYNOPSIS/SOLICITATION Janitorial Services for National Weather Service Office in Morristown, TN (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWSSR-10-00007 (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561720. The small business size standard is $16.5. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 - Base Year; Services, non-personal, to provide all equipment, labor, and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Service Office in Morristown, TN, in accordance with the statement of work for the period of twelve months. CLIN NO 0002 - - Option Year; Services, non-personal, to provide all equipment, labor, and materials (unless otherwise provided herein) necessary for Janitorial Services at the National Weather Service Office in Morristown, TN, in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work which applies to Base Year and Option Year 1, 52.212-3 Offeror Representations and Certifications- Commercial Items, and Wage Rates. (VII) Period of performance shall be: Base Year for a twelve month period 01/01/2010 through 12/31/2010 Option Period 1 for a twelve month period 01/01/2011 through 12/31/2011, if the Government exercises. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide at least two (2) references, and a description of experience. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Price and (2) Past Performance - quote shall include at least two references and contractor's past performance will be based on responsiveness, quality and customer service. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If and offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 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 (Sept 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 1352.214-70, Pre-Bid. The Government is planning a Site Visit on Wednesday, December 9, 2009 between the hours of 10:00 a.m. and 12 noon local time. To request to be included in this, please contract Robyn Malone by email Robyn.Malone@noaa.gov or by phone at 423-586-4931. Offerors are encouraged to submit all questions in writing at least 1 day prior to Site Visit. Questions will be considered at any time prior to during the Site Visit. However, offerors will be asked to confirm verbal questions in writing. Subsequent to the Site Visit an amendment containing an abstract of the questions and answers will be made publicly available. (5) 1352.215-73, Inquiries. Offerors must submit all questions concerning this solicitation in writing to Lily Garcia either through email lily.garcia@noaa.gov or faxed to 817-978-2022 no later than six (6) calendar days after the date of this solicitation. All responses to the questions will be made in writing and included in an amendment to the solicitation. (XIII) The following clauses are also applicable to this acquisition: 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov (End of Clause) The following additional terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) 52.217-5, Evaluation of Options (July 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of Contract (Mar 2000) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond Base Year. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond Base Year, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) CAR 1352.237-72 Security Processing Requirements for Contracts/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2006),is attached in full text with the statement of work. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 1:00 p.m. CT on December 14, 2009. All quotes must be faxed or emailed to the attention of Lily Garcia. The fax number is (817) 978-2022 and email address is lily.garcia@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Lily Garcia, 817-978-1111 ext. 151, email address: lily.garcia@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSNWS/NWSSR-10-00007/listing.html)
 
Place of Performance
Address: NATIONAL WEATHER SERVICE, 5974 COMMERCE BLVD, MORRISTOWN, Tennessee, 37814, United States
Zip Code: 37814
 
Record
SN02017009-W 20091206/091204235329-9f33f3e335c848b7f31d464bf854599d (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 |
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.