Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2016 FBO #5459
SOLICITATION NOTICE

S -- JANITORIAL SERVICES HS TRUMAN LIBRARY - Attachment 1 (Enclosures)

Notice Date
11/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
National Archives and Records Administration, NAA, Acquisitions Division, 8601 Adelphi Road, Room 3340, College Park, Maryland, 20740-6001, United States
 
ZIP Code
20740-6001
 
Solicitation Number
NAMA-17-Q-0002
 
Archive Date
12/15/2016
 
Point of Contact
Kevin Schumacher, Phone: 314-801-0596
 
E-Mail Address
kevin.schumacher@nara.gov
(kevin.schumacher@nara.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 to Combined Synopsis Solicitation (Enclosures 1-9) NATIONAL ARCHIVES AND RECORDS ADMINISTRATION JANITORIAL SERVICES AT THE HARRY S. TRUMAN PRESIDENTIAL LIBRARY AND MUSEUM NAMA-17-Q-0002 This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. The Request for Quotation number is NAMA-17-Q-0002. This Request for Quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-91 effective Oct 30, 2016. This requirement is 100% set aside for small business under NAICS 561720 Janitorial Services. All qualified responsible sources may submit a quote which will be considered by the agency. The period of performance is March 1, 2017 through February 28, 2018 and four (4) one (1) year option periods. This will be a firm-fixed price contract with a CLIN for Additional Services. REQUIREMENT: See Attachment 1 - Enclosure 2, Performance Work Statement (PWS) and Attachments; and Attachment 1 - Enclosure 3, Task Order Administration. The purpose of this contract is to provide Janitorial Services at the Harry S. Truman Presidential Library and Museum, 500 West U.S. Hwy 24, Independence, Missouri, 64050. Contract line item (CLIN) 0001 is for the base year period of performance March 1, 2017 through February 28, 2018. Option periods may be exercised as provided for in FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). Exercise of options is contingent upon availability of funds for the option period of performance (FAR 52.232-18, Availability of Funds) (Apr 1984). CONTRACT LINE ITEM NUMBER(S): Provide pricing for all CLINs in Attachment 1 - Enclosure 1, Schedule of Prices. The Offeror must price each CLIN for the base and each option year. DATES/PLACE OF DELIVERY/ SERVICE: Award is anticipated on February 1, 2017. The location is the National Archives and Records Administration (NARA), Harry S. Truman Presidential Library and Museum, 500 West U.S. Hwy 24, Independence, Missouri, 64050. FOB: Destination. The following Federal Acquisition Regulation (FAR) clauses are incorporated and are to remain in full force in any resultant contract, with the exception of FAR provisions which will be removed prior to issuance of the contract: FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015) - Note: Delete paragraph (h), Multiple Awards. See below for additional quotation submission instructions. EVALUATION (In lieu of FAR 52.212-2): Evaluation and award will be in accordance with Simplified Acquisition Procedures at FAR Subpart 13.106, Solicitation Competition, Evaluation of Quotations or Offers, Award and Documentation authorized by FAR Subpart 13.5, Test Program for Certain Commercial Items as prescribed by FAR 12.301(c)(2). NARA intends to award a Firm Fixed Price purchase order based on its assessment of best value to the Government using trade-offs. Selection will be determined by the best value quotation based on the total contract price. Therefore, award will be made to the responsible Contractor whose quotation, conforming to the RFQ, represents the best value quotation. See Attachment 1 - Enclosure 6, Quotation Submission Instructions; Attachment 1 - Enclosure 7, Evaluation Factors for Award; and Attachment 1 - Enclosure 8, Relevant Past Performance Questionnaire. The firm-fixed CLIN prices must include the fully burdened cost for delivering the services required by this contract. See Attachment 1 - Enclosure 1, Schedule of Prices. The contractor agrees to hold the prices in its quotation firm for 90 calendar days from the date specified for receipt of quotations. Exceptions taken to any terms and conditions stated in the RFQ must be clearly outlined on a separate page of the Contractor's quotation entitled "Exceptions". The Contractor must also include complete rationale, justification, and the cost impact of each exception noted. The Government reserves the right to make an award on the initial quotation without discussions. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2016) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and Alternate I (May 2014) - See Attachment 1 - Enclosure 4, NARA Terms and Conditions (Addenda to FAR clause 52.212-4); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2016) - see Attachment 5, FAR Clauses. Full text provisions and clauses can be found at http://www.acquisition.gov/far/. Vendors shall be registered and current in SAM at time of quote submission to be eligible for award. QUESTIONS regarding this RFQ must be submitted in writing to Kevin Schumacher at kevin.schumacher@nara.gov no later than 12:01 PM CT on November 14, 2016 to be considered. Questions submitted in any other manner will not be answered. The Government will answer questions or requests for clarification via a written RFQ amendment. A site visit has been scheduled for November 7, 2016 from 10:00 AM to 12:00 PM CT. Vendors planning to attend the site visit must furnish the names and titles of its representatives to Mr. Kevin Schumacher Email: kevin.schumacher@nara.gov) at least one day prior to the site visit. Vendors are limited to a maximum of two (2) representatives. Vendors are reminded that questions will not be answered during the site visit. See Attachment 1 - Enclosure 9, Site Visit. RFQ CLOSE DATE: Quotations should be received by 12:01 PM CT on November 30, 2016. Failure to submit quotations by the due date may result in rejection of the quotation as untimely. Contractor should request email receipt confirming delivery of quotation. Contractors submitting via e-mail are cautioned to allow one extra business day for delivery as the e-mail will need to pass through IT security. QUOTATION SUBMISSION INSTRUCTIONS: NARA requests that contractors email one (1) copy of the quotation to: kevin.schumacher@nara.gov. However, contractors may mail one (1) hardcopy and one (1) CD of the quotation. Mailed quotations must be sent to National Archives and Records Administration (NARA), Attention: Kevin Schumacher, Contract Specialist, 1 Archives Drive, Room 360, Saint Louis, MO 63138.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NARA/NAA/AC/NAMA-17-Q-0002/listing.html)
 
Place of Performance
Address: Harry S. Truman Presidential Library and Museum, 500 West U.S. Hwy 24, Independence,, Missouri, 64050, United States
Zip Code: 64050
 
Record
SN04317505-W 20161103/161101234452-38fbc3bd8a11494c0c773feb540e25a9 (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.