Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2013 FBO #4138
MODIFICATION

S -- Custodial Services at the Chesapeake City Project Office and the C&D Canal Museum - Amendment 1

Notice Date
3/22/2013
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-13-T-0007
 
Response Due
12/5/2012
 
Archive Date
1/15/2013
 
Point of Contact
Linda M. Dobbs, Phone: 2156566923
 
E-Mail Address
linda.m.dobbs@usace.army.mil
(linda.m.dobbs@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISED SOLICITATION NO. W912BU-13-T-0007 Amendment 0003 REVISED The U.S. Army Corps of Engineers, Philadelphia District, intends to initiate a Request for Quote to acquire custodial services (commercial services). The work is to be performed at the Chesapeake City Project Office and the C&D Canal Museum, located in Cecil County, Maryland. This procurement will be awarded for a base year plus four option years. The initial period of performance for the base year is 5 months, from 1 July 2013 through 31 October 2013. All of the four option years will have a 12 month period of performance, from 1 November through 31 October. A site visit where services are to be performed is mandatory. If a site visit was previously performed when the solicitation was originally issued, another site visit is not required. Site visits will be conducted by Mr. David Hawley at (410) 885-5621. Proof of attendance shall still be submitted with proposal. The acquisition will be a best-value procurement performed using the procurement process prescribed in FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. Offers will be reviewed for completeness in satisfying the requirement of the RFQ. Award will be made to the offeror whose proposal offers the best value to the Government in terms of the factors as stated. Award will be made to the offeror whose proposal offers the best value to the Government in terms of the factors as stated. All technical factors and subfactors are of equal importance, but technical factors and subfactors, when combined, are more important than price. Award of a contract will not be based solely on a lowest price basis. Offerors shall submit their proposals in two separate parts; a price proposal and a technical proposal. The three evaluation factors that will be used in determining the most beneficial proposal to the government are (1) Technical; (2) Past Performance; and (3) Price. The three technical subfactors under the Technical factor are (a) Quality of Technical Proposal; (b) Managerial/Organizational Capability; and (c) Qualifications of Staff/Personnel. Price will be evaluated for reasonableness, but not rated. Price will be a secondary factor after technical proposals have been evaluated and in establishing the competitive range for discussions and in making the final determination for award. REVISED Solicitation No. W912BU-13-T-0007 is currently available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Offerors are responsible for printing copies of the RFQ and any amendments. Offers will be due on 12 April 2013 at 11:00 a.m. ET and shall be e-mailed to linda.m.dobbs@usace.army.mil. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. Award will be made as a whole to one offeror. All contractors are required to be registered in the DOD's System for Award Management before award as required by DFARS 204.7300. Information on getting registered may be obtained by accessing the following internet website: https://www.sam.gov. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 703-461-2460 or by accessing the following internet web site: https://vets100.vets.dol.gov/. This procurement is 100% SBSA. The NAICS code is 561720 with a Size Standard of $16.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-T-0007/listing.html)
 
Place of Performance
Address: USACE, Philadelphia District 100 Penn Square East, Wanaker Building, Room 643 Philadelphia PA
Zip Code: 19107
 
Record
SN03019117-W 20130324/130322234811-2a0ae47733519f871642e8498d97cc08 (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.