SOLICITATION NOTICE
S -- Janitorial Services 823 Richmond Ave. Staunton, Virginia
- Notice Date
- 3/14/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-13-T-0024
- Response Due
- 3/28/2013
- Archive Date
- 5/13/2013
- Point of Contact
- Stormie Wicks, 757-201-7215
- E-Mail Address
-
USACE District, Norfolk
(stormie.b.wicks@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 information in FAR Subpart 12.6, if applicable, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. The RFQ number is _W91236_-13_-T-_0024_. This solicitation document and incorporated provisions and clauses in effect through FAC 2005-66_ and DFARS Change Notice 2013 28 February. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 561720 and the Small Business Standard is 1000. The proposed contract is 100% set aside for small business concerns. The United States Army Corps of Engineers, Norfolk District requests responses from qualified sources capable of providing: Janitorial Services for Recruiting Station in Staunton, Virginia for the unit of issue: Months, quantity:12. Period of Performance is 1 April 2013 thru 31 March 2014 with four, One (1) year Options; Delivery Location is 823 Richmond Ave, Staunton, Virginia. Responsibility and Inspection: unless otherwise specified in the order, the Government is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.217-8 OPTION TO EXTEND SERVICES 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT 52.252-2 CLAUSES INCORPORATED BY REFERENCE 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.243-7002, Requests for Equitable Adjustment Alternate III Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. An example Quote format is attached for your use. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 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). 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 considered. This announcement will close at __2PM__ on _March 28, 2013___. Contact _Stormie Wicks___ who can be reached at __(757) 201-7215_ or email Stormie.B.Wicks@usace.army.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Please direct all technical questions to Ms. Fayette Alston (757) 201-7630. All bids MUST be submitted thru E-Mail to Stormie.B.Wicks@usace.army.mil no later than the announcement closing date and time of 2 PM March 28, 2013. System for Awards Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at www.SAM.gov All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-13-T-0024/listing.html)
- Place of Performance
- Address: USACE District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Zip Code: 23510-1096
- Record
- SN03012056-W 20130316/130314235016-3149e095f8e8469d3171c2da7e0b47d5 (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 |