SOLICITATION NOTICE
Z -- Building and Ground Services for Sao Tome Transmitting Station - Package #1
- Notice Date
- 2/13/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 Independence Avenue, SW, Suite 4360, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- 951700-18-Q-0037
- Archive Date
- 3/9/2018
- Point of Contact
- Andrei G. Howze, Phone: 2023828042, Lanette M. Barnes, Phone: 2023827867
- E-Mail Address
-
ahowze@bbg.gov, lbarnes@bbg.gov
(ahowze@bbg.gov, lbarnes@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment A - Locations for Building and Grounds Services 951700-18-Q-0037 - Building and Ground Services for Sao Tome (i) 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. Proposals are being requested and a written solicitation is attached. (ii)The Solicitation Number 951700-18-Q-0037 is issued as a Request for Proposal (RFP). A contract will be awarded using FAR part 15. (iii)This acquisition is being solicited as Full and Open Competition. The associated NAICS Code for this procurement is: 561720. (iv) The Contractor shall provide the following Contract Line Item (CLIN): Building and Grounds Services at its International Broadcasting Bureau (IBB), São Tomé Transmitting Station Facilities, including the onsite three unit housing compound, located on São Tomé Island near the town of São Tomé, in the Democratic Republic of São Tomé e Príncipe, West Africa. (v)The Broadcasting Board of Governors, (BBG) has a requirement for a Contractor to provide Building and Grounds Services at its International Broadcasting Bureau (IBB), São Tomé Transmitting Station Facilities, including the onsite three unit housing compound, located on São Tomé Island near the town of São Tomé, in the Democratic Republic of São Tomé e Príncipe, West Africa as outlined in Attachment B titled "Statement of Work (SOW)". (vi) The period of performance is a base period from date of award for one year, with an option to extend for one (1) year at the discretion of the Government. The place of performance is International Broadcasting Bureau (IBB), São Tomé Transmitting Station, located in São Tome, in the Democratic Republic of São Tomé e Príncipe, West Africa. (vii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Evaluation Internet Web address at: http://acquisition.gov/far/index.html. INTERESTED OFFERORS RESPONDING TO THIS SOLICITATION SHALL SUBMIT THE FOLLOWING ITEMS TO THE CONTRACTING OFFICER: (1) a Technical Proposal which addresses the technical factors described below in (viii) and (2) and a Price Proposal in accordance with (viii). The Government plans to award without discussions, but may conduct discussions if it deems it is in the Government's best interest. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The BBG will award a Commercial Item, Firm-Fixed-Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that is the most advantageous to the Government, based on the Government's evaluation of each offeror's technical approach, experience, past performance, and price. The Government intends to make a best value selection. All evaluation factors, other than cost or price, when combined, are significantly more important than price and are listed in descending order of importance. The Government will trade-off among cost or price and technical factors and may accept other than the lowest priced proposal. THE FOLLOWING EVALUATION FACTORS MUST BE ADDRESSED IN THE INTERESTED OFFERORS' TECHNICAL PROPOSALS AND PRICE PROPOSALS AND THE GOVERNMENT WILL USE THESE FACTORS TO EVALUATE THE OFFERORS' PROPOSALS: The Government will award this RFP to the responsible Offeror whose offer conforming to the RFP will be most advantageous to the Government, based on : [1] Technical Capabilities: describe the Contractor's quality of buildings and grounds staff and customer services provided by the firm; demonstration of the Contractor's ability to perform the required services around delicate equipment without damage ot any of the equipment. [2] Management Approach: Provide a witten narrative of the Contractor's understanding and capability to perform the requirments of the Statement of Work. The Management Approach shall address the following: (i) the management structure the Contractor will implement for this order, including specific roles each person will play; (ii) the role any teaming partners or subcontractors; (ii) the Contractor's approach to meeting IBB Transmitting station requirements; (iv) the mechanism for recording and tracking the time and attendance of personnel. [3] Experience: The Contractor shall describe: how the Contractor managed a contract for janitorial services and any experience the Contractor has for simiar services for technical operations similiar to IBB transmitting station or industrial type environment. [4] Past Performance: The Contractor shall provide at least three (3) Past Performance references for the same or similiar work either performed on a Government facility or commercial facility in accordance with the the Past Performance Questionairre. [5] Price for each of the CLINs listed in Section B of the solicitation. (ix) THE SUCCESSFUL OFFEROR MUST BE REGISTERED WITH SAM PRIOR TO CONTRACT AWARD. The website is located at: https://www.sam.gov/portal/public/SAM. Proposals must also include Contractor's DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. (x) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition by reference. (xi) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by full text and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006) with Alternate I (Oct. 1995); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) ; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013); 52.219-8 Utilization of Small Business Concerns (Oct 2014); 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3 Convict Labor (June 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Jul 2014); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37 Employment Reports on Veterans (Jul 2014); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010);52.222-50 Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Please note the following clauses may not be applicable to a foreign offeror: 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013); 52.219-8 Utilization of Small Business Concerns (Oct 2014); 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); 52.222-3, Convict Labor (June 2003);52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); ); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Jul 2014); 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37 Employment Reports on Veterans (Jul 2014); ) and 52. (xii) Failure to provide any of the above-required information may result in the rejection of your proposal. Questions concerning this solicitation must be submitted in writing and must be received by Andrei G. Howze, Senior Contract Specialist no later than 5pm EDST on February 15, 2018 via e-mail at proposalquestionMEDC@bbg.gov. Offerors are cautioned not to direct questions concerning this solicitation to anyone but the Contracts Specialists. No questions will be accepted after the established deadline date. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Oral proposals will not be accepted. Proposals shall be in writing and must be signed by an official who is authorized to bind the organization. Fax or oral proposals will not be accepted. Proposals shall be submitted electronically via email to Andrei G. Howze at ahowze@bbg.gov. All proposals must be received by 5pm EST on February 22, 2018. Offerors are reminded to submit two separate attachments - a technical proposal and a separate price proposal. Offerors may send one email with both attachments. ALL ATTACHMENTS MUST BE SENT IN "PDF FORMAT" AND THE TOTAL SIZE OF ALL ATTACHMENTS MUST NOT EXCEED 23MB. ALL SUBMISSIONS MUST INCLUDE THE SOLICITATION NUMBER (951700-18-Q-0037) IN THE SUBJECT LINE. (xvi) Contact: Andrei G. Howze, Senior Contract Specialist, Phone 202-382-8042, email: ahowze@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/951700-18-Q-0037/listing.html)
- Place of Performance
- Address: 303 Independence Avenue, SW, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN04822311-W 20180215/180213232135-f1892256f5f94f228e544c43f34629c6 (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 |