Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

S -- Janitorial Services at the Harry S. Truman Presidential Library & Museum - Final NAMA-11-Q-0035

Notice Date
6/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-11-Q-0035
 
Archive Date
12/10/2011
 
Point of Contact
Evelyn Dean, Phone: 301-837-0736, Ann P Harrison, Phone: (301) 837-0772
 
E-Mail Address
evelyn.dean@nara.gov, ann.harrison@nara.gov
(evelyn.dean@nara.gov, ann.harrison@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ NAMA-11-Q-0035 in its entirety. This is a combined synopsis/solicitation for commercial items prepared in the format outlined at FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Firm-Fixed-Priced quotations are being requested and a written solicitation will not be issued. The solicitation number is NAMA-11-Q-0035 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52 effective May 31, 2011. This is a 100% small business set-aside under NAICS 561720, Janitorial Services with a size standard of $16.5 million, issued in accordance with FAR Subpart 13.5, Test Program for Certain Commercial Items. The Government reserves the right to make an award on the initial quote without discussions of this procurement. Evaluation and award will be in accordance with the procedures at FAR 13.5 in conjunction with Subpart 13.106 Soliciting Competition, Evaluation of Quotations or Offers, Award and Documentation and in accordance with the guidance at FAR 12.301(c)(2). A purchase order will be issued to the Contractor whose conforming quotation in response to the RFQ will be most advantageous to the Government. Best value for this purchase order will be evaluated based on the following evaluation factors: 1. Technical Understanding and Approach. The Government will assess the Contractor's demonstrated technical knowledge and competence with regard to the Government's requirements and program objectives, understanding of, and approach to the work that the Contractor would have to perform under the prospective purchase order. The Contractor is required to provide a draft Annual Work Plan for assessment as part of this factor, that describes all work to be done on a yearly, monthly, weekly and daily basis in accordance with Exhibit A, Data Requirement Item 0005, Janitorial Work Schedule Plan/Weekly and Periodic Building Cleaning Work Assignment Report. The Annual Work Plan should outline specific areas, and schedules indicating day of week and time of day specific work is to be accomplished. The Annual Work Plan must provide details of how the Contractor will ensure protection of all surfaces during cleaning including protection of adjoining surfaces, protection of surfaces around trim and door handles, doors and frames from scrapes, wall base, etc. The Annual Work Plan must also include a janitorial staff presence to maintain continuous cleanliness of the general public access area (including research areas, exhibit areas, halls, restrooms, etc.) of the building during the extended hours that the public has access to the facilities (see PWS paragraph 1.2, Hours of Operation and Public Access, for hours). The Annual Work Plan should also include a carpet maintenance schedule with the frequencies recommended by the industry, manufacturer, or based on the condition of the carpet. 2. Management and Quality Control. The Government will assess the suitability of the Contractor's management and key personnel who will work with the Government project manager. The Contractor is required to provide résumés of key personnel, for assessment as part of this factor. The draft Quality Control Plan that the Contractor is required to submit will be evaluated to determine the quality of the Contractor's methodology for mitigating threats, challenges, and risks to performance. A draft Contract Transition Activities Plan detailing the Contractor's phase-in and phase-out actions, to ensure the continuity of services will also be evaluated for quality and thoroughness as part of this factor. 3. Relevant Past Performance. The Government will assess the demonstrated quality of performance on similar, relevant work (including magnitude of the project and the nature of the work), to include the ability to control the quality and effectiveness at accomplishing the goals on previous similar relevant work. Contractors are requested to submit no more than five (5) references for relevant past performance performed during the past five (5) years. Submission should include contact information for ordering entity, including a point of contact, dollar value of contract/order, brief description of work performed, and an explanation of how any performance difficulties were addressed and resolved. If the interested Contractor has no relevant past performance, an affirmative statement that no relevant past performance exists must be submitted. Failing to submit either Relevant Past Performance or a statement indicating no relevant past performance exists will be treated as a deficiency rendering the Contractor ineligible for receipt of the order. 4. Price. All evaluation factors other than Cost or Price, when combined, are approximately equal to cost or price. Selection of the firm to perform this purchase order will be based on NARA's assessment of the best overall value to the Government. BACKGROUND: The National Archives and Records Administration (NARA), College Park, MD has a requirement for Janitorial Services for the Harry S. Truman Presidential Library & Museum. REQUIREMENTS : The Performance Work Statement (PWS) is included as Enclosure 2, as well as, additional PWS attachments (1-2) and PWS exhibit A. PERIOD OF PERFORMANCE: Base Year (September 1, 2011 through August 31, 2012). Option Year 1 (September 1, 2012 through August 31, 2013). Option Year 2 (September 1, 2013 through August 31, 2014). Option Year 3 (September 1, 2014 through August 31, 2015). Option Year 4 (September 1, 2015 through August 31, 2016). Contractors must submit their pricing in RFQ Enclosure 1, Schedule of Prices. PLACE OF PERFORMANCE: The Harry S. Truman Presidential Library & Museum located at: 500 West U.S. Hwy 24, Independence, Missouri 64050. SITE VISIT : Contractors are encouraged to attend the Site Visit to tour the Harry S. Truman Presidential Library & Museum on June 23, 2011 at 10:00 AM Central Time. Upon entering the North Administration Entrance and checking in, contractors will be directed to the Bess Wallace Room. Contractors should be prepared to present a form of photo identification. Contractors are strongly encouraged to register in advance for the Site Visit, by contacting Mr. Kevin McMurry at kevin.mcmurry@nara.gov no later than 4:00 PM Central Time on June 20, 2011. The Government will not answer any questions or requests for clarification at the Site Visit. QUESTIONS : Questions regarding this RFQ must be submitted in writing to Ms. Evelyn Dean ( evelyn.dean@nara.gov ) no later than 12:00 PM Eastern Time on June 29, 2011 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment, uploaded at the Federal Business Opportunity web site: ( https://www.fbo.gov/ ) web site once available. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant fixed price purchase order, with the exception of FAR provisions which will be removed prior to award: FAR 52.212-1 [See also Enclosure 5], Instructions to Offerors - Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) see Enclosure 4, Terms and Conditions for the full text of this clause; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) -- see Enclosure 4, Terms and Conditions for Addenda to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) - see Enclosure 4, Terms and Conditions for the full text of this clause. See Enclosure 4, Terms and Conditions for additional applicable FAR provisions and clauses. RELEVANT PAST PERFORMANCE SUBMISSIONS (Volume II) [See also Enclosure 5] : In order to facilitate the processing of Contractors' quotations, NARA requests that Contractors submit Volume II, Relevant Past Performance, inclusive of Relevant Past Performance Questionnaires (sent directly to this office by references) to National Archives and Records Administration (NARA), Attention: Evelyn Dean, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: evelyn.dean@nara.gov, no later than 12:00 PM Eastern Time on July 6, 2011. RFQ CLOSE DATE [See also Enclosure 5] : One (1) original of each quotation (Volumes I and III) should be mailed to National Archives and Records Administration (NARA), Attention: Evelyn Dean, 8601 Adelphi Road, Room 3340, College Park, MD 20740-6001 or e-mailed to: evelyn.dean@nara.gov. Quotations should be received by 4:00 PM Eastern Time on July 18, 2011. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery and confirm receipt of quotation as the e-mail will need to pass through IT security. SEE THE RFQ IN ITS ENTIRETY IN THE ATTACHED FILE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-11-Q-0035/listing.html)
 
Place of Performance
Address: 500 West U.S. Hwy 24, Independence, Missouri, 64050, United States
Zip Code: 64050
 
Record
SN02470441-W 20110612/110610235922-818bc63381a2fe4922c2c8770d80bd92 (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.