Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2012 FBO #3721
SOLICITATION NOTICE

99 -- Data Center and SIF Cleaning - Statement of Work

Notice Date
1/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VUJ02019AC01
 
Archive Date
2/28/2012
 
Point of Contact
Leyla L. Campbell, Phone: 813-828-4018, Alyson Gowin, Phone: 813-828-1872
 
E-Mail Address
leyla.campbell@us.af.mil, alyson.gowin@us.af.mil
(leyla.campbell@us.af.mil, alyson.gowin@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Data Center and SIF Cleaning Statement of Work This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is F2VUJ02019AC01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Data Center and SIF Cleaning services for a total estimated square footage of 17,774. DESCRIPTION OF REQUIREMENT The contractor shall provide all personnel, equipment, tools, materials, supervision and other items necessary to perform Data Center and SIF cleaning services as defined in the Statement Of Work (SOW). The Data Center will be cleaned 4 times annually approximately 3 months apart. The SIF will be cleaned 2 times annually approximately 6 months apart. The contractor shall provide a report per cleaning for each Data Center and SIF. The contractor shall establish and maintain a complete quality control program for the performance requirements of this contract. Proposals shall be submitted in the following format to include one (1) base year plus four (4) option years: CLIN 0001-- Data Center Cleaning -- Base year - 1 Mar 2012 - 28 Feb 2013 4 Each CLIN 0002 -- SIF Cleaning - Base Year -- 1 Mar 2012 - 28 Feb 2013 2 Each CLIN 1001-- Data Center Cleaning - Opt Yr 1- 1 Mar 2013 - 28 Feb 2014 4 Each CLIN 1002 -- SIF Cleaning - Opt Yr 1 - 1 Mar 2013 - 28 Feb 2014 2 Each CLIN 2001-- Data Center Cleaning - Opt Yr 2 - 1 Mar 2014 - 28 Feb 2015 4 Each CLIN 2002 -- SIF Cleaning - Opt Yr 2 -- 1 Mar 2014 - 28 Feb 2015 2 Each CLIN 3001-- Data Center Cleaning - Opt Yr 3 - 1 Mar 2015 - 28 Feb 2016 4 Each CLIN 3002 -- SIF Cleaning - Opt Yr 3 -- 1 Mar 2015 - 28 Feb 2016 2 Each CLIN 4001-- Data Center Cleaning - Opt Yr 4 - 1 Mar 2016 - 28 Feb 2017 4 Each CLIN 4002 -- SIF Cleaning - Opt Yr 4 - 1 Mar 2016 - 28 Feb 2017 2 Each *Please Note: We are asking for one base year plus four option years. If your company cannot meet this requirement, please provide as many option years as your company will allow. SEE ATTACHED STATEMENT OF WORK FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIREMENT The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 3 Jan 2012, DFAR DPN 20111220 and AFFAR AFAC 2012-0104. The North American Industry Classification System code (NAICS) is 561720, Janitorial Services. The Standard Industrial Classification (SIC) is 7349, Building Cleaning and Maintenance Services, NEC (janitorial services) with a Small Business size standard of $16.5 Million. The wage determination applicable to this acquisition is 2005-2125, revision No. 15. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made in accordance with 52.212-2 Evaluation-Commercial Items. DELIVERY ADDRESS: The Data Center and SIF cleaning service is to be procured on behalf of United States Special Operations Command (USSOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting ): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination; 52.222-42, Statement of Equivalent Rates for Federal Hires. The following FAR clauses apply to this solicitation and are incorporated in full text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: (i) technical capability of the service offered to meet the Government requirement  Contractor shall submit detailed specifications as to how they will meet all requirements listed in the SOW to include methods, equipment, and cleaning solutions that will be used. Offeror not submitting all information in this paragraph will be deemed non-responsive. (ii) price  Proposals shall be evaluated to determine price fair and reasonableness. (iii) past performance  Letters of appreciation, recognition or commendation etc. received on behalf of a customer may be submitted to include name, phone number, and email address. The Government will consider up to three (3) such documents. Work should have been accomplished in the last five (5) years. Technical and past performance, when combined, are more important than 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. (End of provision) FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment ; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Small Business Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts); FAR 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252-204-7004 (Alt 1), Required Central Contractor Registration; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001 Pricing Of Contract Modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act-Free Trade Agreements--Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses applies and are incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Ms Carolyn Choate, HQ AMC/A7K, 402 Scott Drive, Unit 2A2 Post 2A10, Scott AFB IL 62225, (618) 229-0160, fax (618) 256-6668 email: carolyn.choate@us.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 13 Feb 2012 by 3:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to leyla.campbell@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ02019AC01/listing.html)
 
Place of Performance
Address: USSOCOM/Macdill AFB, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02664045-W 20120201/120130234904-46b877ba0b3c94da9c7a9828da68ee27 (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.