SOLICITATION NOTICE
S -- Janitorial Services - HSTS07-14-Q-00014 Attachments
- Notice Date
- 2/28/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of Homeland Security, Transportation Security Administration, Headquarters TSA, 601 S. 12th Street, TSA-25, 10th Floor, Arlington, Virginia, 20598, United States
- ZIP Code
- 20598
- Solicitation Number
- HSTS07-14-Q-00014
- Archive Date
- 4/15/2014
- Point of Contact
- Wendy Bell,
- E-Mail Address
-
wendy.bell@ole.tsa.dhs.gov
(wendy.bell@ole.tsa.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 8: Additional provisions, clauses, and contract terms and conditions Attachment 7: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Attachment 6: 52.212-4 Contract Terms and Conditions - Commercial Items and Addendum to 52.212-4 Attachment 5: 52.212-3 Offeror Representations and Certifications Attachment 4: Addendum to 52.212-2 Evaluation – Commercial Items Attachment 3: Instructions to Offerors - Commercial Items Attachment 2: SOW Attachment 1: Schedule (i) The Transportation Security Administration (TSA) has a requirement for janitorial services located in Brooklyn Heights, OH 44131. The Contractor shall provide all material, labor and equipment for this requirement. The square footage for this location is 16,000 sq. ft. The period of performance will be one 6-month period for the base; and will include four 6-month option periods. Offerors will be required to propose pricing for the base period and option periods, totaling two years and six months. The Government intends to award one firm fixed price contract in response to this combined synopsis/solicitation to the contractor who represents the best value to the Government in accordance with the best value procedures as outlined in FAR 15.101-2 - Lowest Price Technically Acceptable (LPTA) source selection process. One site visit date is scheduled for March 19, 2014 at 1:00 PM EST. Offeror attendance is mandatory for offer to be considered for award. Any offers received from Offerors who have not attended the site visit will be considered non-responsive. Offerors must pre-register for the site visit on or before the deadline of March 12, 2014 at 4:00 PM EST. See FAR clause 52.237-1 -- Site Visit in Attachment 8 for information regarding the site visit. This is a combined synopsis/solicitation for commercial items 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number for this request for quotation (RFQ) is: HSTS07-14-Q-00014 (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (iv) This solicitation is a 100% Small Business Set-Aside. The associated NAICS code is 561720, with a Small Business Size Standard of $16.5 million. (v) This requirement is for management, labor, supplies and equipment necessary to perform janitorial services in accordance with the Statement of Work (SOW). Contractors are advised that under the Service Contract Act (FAR 52.222-41), employees working under this requirement shall be paid in accordance with the Occupation Code 11150 for Cuyahoga County. Please refer to the following website for the current rate: www.wdol.gov. The attached schedule includes the format to propose the fixed unit prices for this effort. See Attachment 1: Schedule. (vi) Description of requirements. See Attachment 2: Statement of Work (SOW). (vii) The period of performance will be one 6-month period for the base; and will include four 6-month option periods as defined in Attachment 1: Schedule. (viii) FAR provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See Attachment 3: 52.212-1 and Addendum to 52.212-1. (ix) Evaluation Criteria: Evaluation will be based upon a Lowest Price Technically Acceptable (LPTA) source selection process. Award will be made to the responsible Offeror whose offer is determined to be technically acceptable and the lowest evaluated price. See Attachment 4: Addendum to 52.212-2 Evaluation - Commercial Items. (x) Offerors are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. See Attachment 5: 52.212-3 Offeror Representations and Certifications. (xi) FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. See Attachment 6: 52.212-4 and Addendum to 52.212-4. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. See Attachment 7: 52.212-5. (xiii) Additional provisions and contract terms and conditions will be incorporated into the solicitation. See Attachment 8: Additional provisions, clauses, and contract terms and conditions. (xiv) Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) The solicitation closing date and time is March 31, 2014 at 4:00 PM EST. Offers must be submitted electronically via email per the following instructions. Electronic Submission Instructions: Offers must be submitted electronically via encrypted e-mail. When responding, please include the title "HSTS07-14-Q-00014" in the subject line of the e-mail. There is a 5 MB limit for e-mail messages, therefore please limit the size of the email message, including all attachments to 5 MB or less. Submit offers to Wendy Bell at the following email address: wendy.bell@ole.tsa.dhs.gov by the solicitation closing date and time specified above. (xvi) Any questions or clarification requests regarding any aspect of this solicitation are due no later than March 21, 2014 at 4:00 PM Eastern Standard Time (EST) and must be submitted via email to: wendy.bell@ole.tsa.dhs.gov. The subject line for email messages pertaining to this solicitation shall clearly reference RFP # HSTS07-14-Q-00014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/HSTS07-14-Q-00014/listing.html)
- Record
- SN03299250-W 20140302/140228234128-0d187708b9a6172b29129de65ed4be8f (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 |