Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
SOLICITATION NOTICE

S -- Janitorial Services Service - Past Performance Questions - Wage determination - RFQ - Building Diagram

Notice Date
8/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Other Defense Agencies, Defense Security Cooperation Agency, Defense Budget and Contracts, 201 12th Street, Suite 203, Arlington, Virginia, 22202-5408
 
ZIP Code
22202-5408
 
Solicitation Number
HQ0013-14-T-0013
 
Archive Date
9/27/2014
 
Point of Contact
Ali Beshir, Phone: 703-602-1341, Petra McPherson,
 
E-Mail Address
ali.beshir@dsca.mil, petra.mcpherson@dsca.mil
(ali.beshir@dsca.mil, petra.mcpherson@dsca.mil)
 
Small Business Set-Aside
N/A
 
Description
Building Diagram Request For Quote Wage Determination No. 2005-2420 Past Performance Questions 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. Under this requirement, the Defense Security Cooperation Agency (DSCA) intends to award a commercial, firm fixed price contract. This requirement is to provide janatorial services in support of the Defense Institute Security Assistance Management (DISAM), BLDG 52 located at 2475 K. Street, Wright-Patterson Air Force Base, Ohio 45433-7641. The solicitation is being issued as 100% small business set aside under North American Classification System (NAICS) code is 561720 and the small business size standard is $18M. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-76, effective July 25, 2014. It is the responsibility of the Offeror to review the web page for notice of amendments, updates or changes to the solicitation. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions attached. The RFQ due date is no later than September 12, 2014, at 10:00am EST. The submission shall be via email to the contract specialist listed in quotation submission below. Offerors are required to submit a technical proposal, past performance information and a price proposal to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all performance work statement (PWS) requirements. The contract will be awarded to the lowest price technically acceptable proposal. SITE VISIT will be held on September 4 at 10:00am EST. Point of Contact is John F. Johnston Supervisory Operations Manager Defense Institute Security Assistance Management (DISAM) John.Johnston@disam.dsca.mil DSN: 674-4623 COMM: (937) 904-4623 Offerors will meet on the 2nd floor in Room 252 (Conference Room) to begin the walk through. To request a base pass: Email the information provided below to John Johnston (john.johnston.15@us.af.mil) - Name(s) of each person attending. - Driver's License Number for each person attending State Driver's License issued by for each person attending - Email address they want the pass sent to: (pass must be printed and presented to gate guard for entry to WPAFB/Area B) Email address for each person attending unless it's going to the lead agent for the offeror's visit. Pass Information that must be provided NLT 2 September, 1500 hrs to be included in the request to Security Forces. Each piece of data must be accurate or the offereor will not receive a pass through adjudication process. If the pass has not been received via email NLT 1000 hrs on 3 September please contact John Johnston @ 937-713-3337 or john.johnston.15@us.af.mil If you have questions regarding this requirement, please submit your inquiries via email to ali.beshir@dsca.mil and petra.mcpherson@dsca.mil no later than September 5, 2014 at 2:00pm. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective offerors. This solicitation contains a performance work statement for a performance based service, this means the government has described what is to be accomplished, not how to accomplish it. The contractor shall provide deliverables as described herein. The government intends to award a firm fixed price contract consisting of a base period, and two one year option. Any or none of the options may be exercised at the unilateral discretion of the government. All contractors must be registered in the System for Award Management (SAM) to be considered for an award of a federal contract, information regarding the registration in SAM may be accessed through their website at www.sam.gov or by calling 866-606-8220 for registration assistance. The contractor will be required to maintain a quality control program to ensure the requirements of the contract are met. This program shall be created for identifying and correcting deficiencies in the quality of the service before performance becomes acceptable. A copy of the quality control plan shall accompany the quote. Failure to do so will result in rejection of the quote. Payments by WAWF are mandatory. It is the responsibility of the contractor to ensure they build into their proposed price the necessary hours that it will take to meet the performance standards specified. Offers shall be submitted by one of the following means: email to ali.beshir@dsca.mil and petra.mcpherson@dsca.mil. Only one offer will be accepted, submission of multiple copies will result in all offers being rejected as non-responsive. Please provide the following documents with you quote: quality control plan, proof of insurance and past present performance questionnaire completed by offerors's references. All questions pertaining to this solicitation shall be in writing and shall be emailed to ali.beshir@dsca.mil and petra.mcpherson@dsca.mil. Telephone calls will not be accepted. All requests should include the solicitation number, Company name, address and telephone number of person making the inquiry.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DSCA/DBC/HQ0013-14-T-0013/listing.html)
 
Place of Performance
Address: DEFENSE SECURITY COOPERATION AGNCY-DISAM, 2475 'K' STREET, WRIGHT-PATTERSON AFB OH 45433-7461, United States
Zip Code: 45433-7461
 
Record
SN03485676-W 20140830/140829022557-ec07420299ac22c2273822258b12064e (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.