SOLICITATION NOTICE
S -- Janitorial and Trash/ Refuse Services for the Repair and Supply Base
- Notice Date
- 8/22/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-13-T-0042
- Response Due
- 9/9/2013
- Archive Date
- 10/21/2013
- Point of Contact
- Christy J. Love, 601-631-5826
- E-Mail Address
-
USACE District, Vicksburg
(christy.j.love@usace.army.mil)
- Small Business Set-Aside
- Economically Disadvantaged Woman Owned 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. W912EE-13-T-0042 is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a Economically Disadvantaged Woman Owned Small Business Set-Aside. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-58. The NAICS Code for this procurement is 561720 Janitorial Services and the size standard is $16.5 million. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.5 - Simplified Acquisition Procedures. The acquisition is for a service based, firm-fixed price contract that will include a base year and four (4) option years. The Contractor shall furnish all labor, materials, equipment, supplies, except for those furnished by the government, to perform janitorial and garbage disposal services for the designated areas of the buildings listed in the schedule, which are located on the Repair & Supply Base, U.S. Army Engineers District, Vicksburg, 2449 Haining Road, Vicksburg, MS. Service shall be in accordance with the standards contained in the specifications. Bidders are encouraged to inspect the worksites. Inspection of the worksites may be obtained by contacting the Facility Manager Ronnie Mackey phone 601-631-7012 or Carl Smith phone 601-631-7881 between the 8:00 a.m. and 3:30 p.m. Monday thru Friday except holidays. This procurement may be quoted as follows: Janitorial and Trash/ Refuse Services for the Repair and Supply Base ITEMDESCRIPTION QTYU/M UNIT PRICE AMOUNT 0001BASE YEAR12MONTHS$______________$______________ 15 SEPTEMBER 2013 TO 14 SEPTEMBER 2014 0002FIRST OPTION YEAR12MONTHS$______________$______________ 15 SEPTEMBER 2014 TO 14 SEPTEMBER 2015 0003SECOND OPTION YEAR12MONTHS$______________$______________ 15 SEPTEMBER 2015 TO 14 SEPTEMBER 2016 0004THIRD OPTION YEAR12MONTHS$______________$______________ 15 SEPTEMBER 2016 TO 14 SEPTEMBER 2017 0005FOURTH OPTION YEAR12MONTHS$______________$______________ 15 SEPTEMBER 2017 TO 14 SEPTEMBER 2018 TOTAL$______________ PRODUCT SPECIFICATIONS: Reference the Attachments posted with this solicitation under Additional documentation at the bottom of this announcement: SPECIFICATIONS BID SCHEDULE WAGE RATES Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (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: 1. Technical Capability- The Offeror must submit evidence of the capability to meet the minimum requirements as specified in this solicitation and the attached specification document (See Attachments). The contractor shall provide sufficient documentation of their technical capability, such as experience of the company and/or the key personnel and crew who will be performing the work, resumes, equipment lists, etc. or other information to enable the Government to determine the company's capability on projects of similar type, size, scope and complexity. 2. Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. 3. Price All Factors are of equal importance. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates satisfactory past performance. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. (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. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; (Multiple Year and Option Contracts) ; FAR 52.228-5 Insurance - - Work on a Government Installation FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; 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 Post Award Small Business Program Re-representation ; 52.219-29 - Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child 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, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965; FAR 52.222-42 Statement of Equivalent Rates for Federal Hire ;FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-54 Employment Eligibility Verification; FAR 52.223-18 Encouraging Contractor Policies 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 52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) System for Award Management; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-13-T-0042 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-13-T-0042 The Bidder/Offeror Inquiry Key is: X9UR5P-W4PE4J Bidders/Offerors are encouraged to submit questions at least 7 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. NOTES: 1) Lack of registration in the SAM database will make a bidder ineligible for award. 2) Bidders shall furnish unit prices for all items listed on the schedule of bid items which require unit prices. If the bidder fails to insert a unit price in the appropriate blank for required items, but does furnish an extended total or an estimated amount for such items, the Government will deem his unit price to be the quotient obtained by dividing the extended estimated amount for the line item by the quantity. IF THE BIDDER OMITS BOTH THE UNIT PRICE AND THE EXTENDED ESTIMATED AMOUNT FOR ANY ITEM, THE BID WILL BE DECLARED NONRESPONSIVE. 3) Bids are due 09 September 2013 not later than 2:00 p.m. (CST) to U.S. Army Corps of Engineers, ATTN: Christy Love, 4155 East Clay Street, Vicksburg, MS 39183-3435. Bids may be submitted electronically via email, providing that they are complete and provide all required information to: Christy.J.Love@usace.army.mil. For information concerning this solicitation, contact Christy Love at (601) 631-5826; E-mail: Christy.J.Love@usace.army.mil. 4) You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0042/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN03158350-W 20130824/130822235430-ec93454913ce924bb68341203a36cb27 (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 |