Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
SOURCES SOUGHT

S -- RFQ: USEPA- Western Ecology Division Custodial Service Contract

Notice Date
7/27/2017
 
Notice Type
Sources Sought
 
NAICS
561720 — Janitorial Services
 
Contracting Office
SRRPOD US Environmental Protection Agency William Jefferson Clinton Building 1200 Pennsylvania Avenue, N. W. Mail Code: 3805R Washington DC 20460 USA
 
ZIP Code
00000
 
Solicitation Number
RFQ-DC-17-00207
 
Response Due
8/14/2017
 
Archive Date
8/14/2017
 
Point of Contact
Heare, Mark
 
Small Business Set-Aside
N/A
 
Description
IGF::CT::IGF US EPA- Western Ecology Division Custodial Service Contract RFQ-DC-17-00207 Notice Type: Solicitation Synopsis: The US Environmental Protection Agency (USEPA), Western Ecology Division (WED) facilities located at 2111 S.E. Marine Science Drive, Newport, Oregon has a requirement for Custodial Support Services. This Request for Quotation (RFQ) is being procured using FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures for a 100% small business set aside competition. The associated North American Industry Classification System (NAICS) code 561720- Janitorial Services and Patrol Services and Product Service Code is S201- Custodial, Janitorial Services. This is a follow on Contract for EP-12-D-000244 that is currently awarded to G and K Floors. The contractor shall provide all labor, materials, equipment and management necessary for the performance of the resultant contract. The Approximate Square Footage Administration wing 7,250 sq. ft., Laboratory Wings 23, 560 sq. ft. Total 30,810 sq. ft. The facilities contain four (4) daily use restrooms, plus one (1) which is part of the Frist Aid room and has only infrequent use. The contractor shall not bring any chemical items (this includes any and all cleaning products onsite without prior approval of the EPA ¿s Project Coordinator. The contractor shall provide Safety Data Sheets (SDS ¿s) to the project coordinator for approval. All regular work shall be done between the hours of 6:00am and midnight Monday through Saturday (Federal holidays Excluded). All floors stripping/waxing and carpet shampooing shall be done on weekends. The contractor shall ensure all personnel is adequately trained and available to perform the serves as specified. A firm fixed price purchase order (PO) per year is anticipated to be awarded to the vendor who represents the best value to the Government. Any applicable wage determination(s) will be made a part of the resultant contract. The contract will have a base year plus four (4) one-year option periods. Base Year: November 1, 2017-October 31,2018 Option Period 1: November 1, 2018-October 31,2019 Option Period 2: November 1, 2019-October 31,2020 Option Period 3: November 1,2020-October 31,2021 Option Period 4: November 1,2021-October 31,2022 The Point of Contact (POC) for this action are: Mr. Mark Heare heare.mark@epa.gov and Ms. Miranda Smith smith.miranda@epa.gov. Place of Performance: Newport, OR Contractors shall submit technical and cost quotes as described below. TECHNICAL PROPOSAL The technical quote shall be no more than 20 pages, and at a minimum include the following sections: 1) Technical Capability and Experience: demonstrate an understanding of the technical requirements, logistics, schedule, potential problem areas, and any other topics that are pertinent to this requirement. 2) Technical Approach: provide details of specific methods and techniques for completing each task as specified in the statement of work. 3) Labor Mix: include a description of labor mix in this section (hours only, no cost/price information) and present key personnel qualifications and experience as they relate to the requirement. PRICE PROPOSAL The price quote shall reflect each year specified in the RFQ ¿s statement of work, be no more than 2 pages per year, and include the following detail: 1.Direct Labor - All contract labor category(s) to be utilized in performance of the purchase order shall be identified along with all corresponding fixed contract labor rates. The total number of direct labor hours for the prime contractor and the total number of direct labor hours for any team subcontractors, the total cost of direct labor for all team subcontractors, and the Sum Total number of direct labor hours. 2. Other Direct Costs (ODCs) - List of all ODCs to be utilized in performance of the purchase order, the total quantity of each ODC and Unit price and total cost of each ODC. The rate and total cost of any G&A applied to ODCs Total cost of all ODCs 3. Total Cost Total cost for full performance of the purchase order per year QUESTIONS Technical questions regarding this RFO should be submitted through the FedConnect message center within 5 business days of issuance. DUE DATE Offers shall be submitted through FedConnect and are due by Close of Business on August 14, 2017. System for Award Management (SAM) The Environmental Protection Agency (EPA) requires all contractors to be register in the System for Award Management (SAM) database to receive any contract award or payment. The SAM website is https://www.sam.gov. In accordance with FAR 4.1201, prospective contractors shall complete electronic annual representation and certification via the Online Representations and Certifications Application (ORCA). All responsible sources shall submit a proposal that will be considered by the agency. Responses must include all information requested in the written RFQ. All prospective awardees shall be registered in System Award Management (SAM) database prior to award, during performance, and through final payments. All offerors are to include with their offers a completed copy of provision 52.212-3.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-17-00207/listing.html)
 
Record
SN04602086-W 20170729/170727233600-f0fbd7c5c19dd529ce7a2f494734c663 (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.