SOLICITATION NOTICE
S -- Grounds Maintenance & Janitorial Services - Package #1
- Notice Date
- 2/10/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- Department of Agriculture, Forest Service, R-8 Acquisition Zone West (AZW), 200 S Lamar ST, Suite 500-N Box 44, Jackson, Mississippi, 39201, United States
- ZIP Code
- 39201
- Solicitation Number
- AG-447U-S-15-0015
- Archive Date
- 3/14/2015
- Point of Contact
- Latricia L Robbins, Phone: 5013215209, Melissa Bingham, Phone: 4796374174
- E-Mail Address
-
lrobbins@fs.fed.us, mbingham@fs.fed.us
(lrobbins@fs.fed.us, mbingham@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Rates Solicitation The United States Department of Agriculture (USDA) Forest Service is soliciting quotes for Grounds & Janitorial Services located at Knoppers Ford, Jack Creek & the Poteau Ranger District, Ouachita National Forest. (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13,current through FAC 2005-74 effective July 1, 2014. This announcement with its attachments constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number AG-447U-S-15-0015. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 561720 Janitorial Services & 561730 Grounds Maintenance. (V) Indefinite Delivery Indefinite Quantity (IDIQ) contract in accordance with the schedule of items, specifications, terms and conditions. (VI) A detailed description of requirements is included in the attached specification/statement of work. There will be a one-time site visit. Contact Melissa Bingham at 479-367-4174, email: mbingham@fs.fed.us for the date & time. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (April 2014), applies to this acquisition. In addition to written price quotes, offerors are instructed to submit a reply to the Evaluation Criteria with requested information. (IX) Offers will be evaluated based on the following evaluation factors that include; past performance, experience, and the price quoted. Experience capability will include demonstrated experience in this type work, appropriate equipment offered, and capacity to handle this project along with any outstanding projects. For this solicitation, past performance and technical capability are somewhat more important than price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its quote or complete the Representations and Certifications on line at www.sam.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts, 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications and 52.223-1 Biobased Product Certification applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses under subparagraph (b) apply: 2, 3, 4, 8i, 14i, 16, 19, 21, 22, 23, 25, 28, 30, 31, 32, 39, 52. The following clauses under subparagraph (c) apply: 1, 2, and 3. (XIII) The following clauses are also applicable to this acquisition: None. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) The Contractor shall furnish all labor, equipment, supervision, transportation, supplies (except those designated as Government furnished), permits, licenses and incidentals necessary to perform the trash collection/removal. The contractor shall follow all State and Federal regulations, including OSHA guidelines. (XVI) Quotes are required to be received in the contracting office no later than 4:30 PM CT on February 27, 2015. All quotes must be e-mailed to the lrobbins@fs.fed.us with the subject line containing: Quote on the RFQ Knoppers Ford, Jack Creek & Poteau RD. Be sure to include the information requested in (VIII) above with your quote. (XVII) Any questions regarding this solicitation should be directed to Latricia Robbins at lrobbins@fs.fed.us. Only written questions will be addressed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/447U/AG-447U-S-15-0015/listing.html)
- Place of Performance
- Address: Poteau/Cold Springs Ranger District, Arkansas, United States
- Record
- SN03638095-W 20150212/150210234545-2452ae9322bc7fd953d1cc6e7c6e2f1b (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 |