SOLICITATION NOTICE
S -- Janitorial Services - Solicitation Documents
- Notice Date
- 1/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Agricultural Research Service - Eastern Business Service Center
- ZIP Code
- 00000
- Solicitation Number
- 1232SC18Q0002
- Archive Date
- 2/10/2018
- Point of Contact
- Joshua Dobereiner, Phone: 309-681-6410
- E-Mail Address
-
josh.dobereiner@ars.usda.gov
(josh.dobereiner@ars.usda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Statement of Work This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 1232SC18Q0002 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This solicitation will be a 100% Total Small Business Set-Aside. The associated NAICS code is 561720 (Janitorial Services), with a small business size standard of $18.0 million. The United States Department of Agriculture, Agricultural Research Service, Invasive Plant Research Laboratory has a requirement for janitorial services per the attached Statement of Work. Department of Labor Wage Determination Number 2015-4535, Revision Number 5 (attached), is applicable to this requirement. This acquisition is for the following item as identified in the Contract Line Item Number (CLIN): 001) Janitorial Services, Base Year (February 1, 2018-January 31, 2019) 101) Janitorial Services, Option Year 1 (February 1, 2019-January 31, 2020) 201) Janitorial Services, Option Year 2 (February 1, 2020-January 31, 2021) 301) Janitorial Services, Option Year 3 (February 1, 2021-January 31, 2022) 401) Janitorial Services, Option Year 4 (February 1, 2022-January 31, 2023) Specifications: See attached Statement of Work. The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard USDA ARS Fort Lauderdale, FL and will be identified in the contract. The Government anticipates award of one Firm Fixed Price contract. Quoters responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical (to include similar experience and use of BioBased products) and (2) Price (include a separate price for the base year and each of the four option years). Electronic submissions are preferred. Please email all quotes to josh.dobereiner@ars.usda.gov. The basis for award is Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that results from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical (to include similar experience and use of BioBased products) and (2) Price. INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by Contracting Officer Representative (COR) and accepted at destination. An organized site visit has been scheduled for 10:00 AM Eastern Standard Time on Thursday, January 11, 2018. Participants will meet at the Invasive Plant Research Laboratory, 3225 College Avenue, Fort Lauderdale, FL 33314. In order to attend the site visit, you MUST pre-register by 4:00 PM Eastern Standard Time on January 10, 2018. Please email josh.dobereiner@ars.usda.gov with the company name and name(s) of the representative(s) who will attend. This procurement requires the use of BioBased products to the extent that such products are reasonably available, meet agency or relevant industry performance standards, and are reasonably priced. Where available, these products should first be acquired from among qualified products that fall under the umbrella of items designated through the USDA BioPreferred Program. The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7, System for Award Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-17, Ownership or Control of Offeror; FAR 52.204-18, Commercial and Government Entity Code Reporting; AGAR 452.204-70, Inquiries; FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71, Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1, Instructions to Offers-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items (filled in as follows: Technical and Price); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; AGAR 452.219-70, Size Standard and NAICS Code Information; FAR 52.222-17, Nondisplacement of Qualified Workers; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.222-62, Paid Sick Leave Under Executive Order 13706; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons; FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.252-1, Solicitations Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference. To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically. Quotes must be received no later than 1:00 PM Eastern Standard Time on Friday, January 26, 2018. Questions in regards to this combined synopsis/solicitation are due by 5:00 PM Eastern Standard Time on Tuesday, January 16, 2018. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation. ALL QUESTIONS REGARDING THIS RFQ SHALL BE EMAILED TO THE CONTRACTING OFFICER, JOSH DOBEREINER, ONLY. EMAIL ADDRESS IS JOSH.DOBEREINER@ARS.USDA.GOV. This RFQ is subject to the availability of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fc3f41d06881cd61faa0763f7efcd8e5)
- Place of Performance
- Address: 3225 College Avenue, Fort Lauderdale, Florida, 33314, United States
- Zip Code: 33314
- Zip Code: 33314
- Record
- SN04782512-W 20180107/180105230805-fc3f41d06881cd61faa0763f7efcd8e5 (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 |