Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOLICITATION NOTICE

S -- CUSTODIAL SERVICES FOR THE HUXTABLE PUMPING PLANT NEAR MARIANNA, ARKANSAS

Notice Date
5/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-12-Q-0040
 
Response Due
5/22/2012
 
Archive Date
7/21/2012
 
Point of Contact
Nicholas Aprea, 901-544-3048
 
E-Mail Address
USACE District, Memphis
(nicholas.a.aprea@usace.army.mil)
 
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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. The requirement is 100% small business set aside, and the associated NAICS code is 561720. The size standard is $16.5 million. The Government will award a firm-fixed price contract from this solicitation. The period of performance is a base year with four 12 month option years. The period of performance reads as follows: Base Year: 4 June 2012 - 3 June 2013, Option Year I: 4 June 2013 - 3 June 2014, Option Year II: 4 June 2014 - 3 June 2015, Option Year III: 4 June 2015 - 2 June 2016, Option Year IV: 3 June 2016 - 3 June 2017. The Government intends to evaluate offers and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. This requirement is for Custodial Services at Huxtable Pumping Plant near Marianna, Arkansas. The completed Request for Quote (RFQ), W912EQ-12-Q-0040, is due Tuesday, 22 May 2012 NLT 4:00 pm CDT. The RFQ shall be returned via email or fax to Nicholas.a.aprea@usace.army.mil. It is the sole responsibility of the offeror to review the FEDBIZOPPS site for any amendments or updates. All questions must be emailed to Nicholas.a.aprea@usace.army.mil NLT 10:00am CDT on 21 May 2012. No information or questions concerning this RFP will be provided in response to telephone calls or after cutoff date/time. Please see the attached Performance Work Statement for description of services. A site visit will not be conducted. Please Complete the Attached Request for Quote (RFQ) as it shall be submitted along with this form. Quote shall contain the following and all other documentation specified herein: 1.Price Proposal. The offeror shall provide lump sum pricing for CLINS 0001, 1001, 2001, 3001, and 4001 of this Request for Proposal. 2.Past Performance Proposal which includes recent and relevant contracts for same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). EVALUATION/AWARD; IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the offeror whose Quote is judged to represent the lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation that will be most advantageous to the Government. Award will be made using the Lowest Price Technically Acceptable (LPTA). Offerors are urged to ensure that their proposals are submitted on the most favorable terms to reflect their best possible potential. Proposals should not contain classified data. Factor 1 Price- Price proposals will be evaluated for reasonableness and to determine the best overall value to the Government. The Government will evaluate offers for award purposes by adding the total of all CLIN prices, including all options to ensure that pricing is not unbalanced. No adjective ratings will be used to evaluate price. Submit your proposal on attached RFQ Form Factor 2, Past Performance, will be rated using the following Adjectival Scale ADJECTIVAL = DESCRIPTION -Acceptable = Vendor has at least three years of relevant past performance and can perform all the duties provided in the Performance Work Statement -Unacceptable = Vendor does not have three years of relevant past performance and cannot perform all the duties provided in the Performance Work Statement Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation; FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-54 Employment Eligibility Verification; 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 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, or fax by 22 May 2012 no later than 4:00 PM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0040 addressed to Nicholas Aprea, email: Nicholas.a.aprea@usace.army.mil, Fax (901) 544-3710. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov. In accordance with FAR 52.204-7, Central Contractor Registration (CCR), all vendors shall be registered in CCR prior to bid. Vendors must also be registered in Online Representations and Certifications Applications (ORCA). Websites: CCR https://www.bpn.gov/ccr and ORCA https://orca.bpn.gov. North American Industry Classification System (NAICS) Code applicable (located in block 10) to this acquisition must be in vendor's CCR registration and ORCA. Update CCR profile and ORCA to include all applicable NAICS Codes associated with your company. Please see attached Wage Determinations for applicable wage rates.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0040/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02750909-W 20120519/120518000222-069b2238b821b57891b89e6fbd8ef67e (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.