Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2018 FBO #5977
MODIFICATION

S -- OPTION - Janitorial Services

Notice Date
4/3/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
500 C St SW, Washington, DC 20742
 
ZIP Code
20742
 
Solicitation Number
70FBR218Q000000999
 
Response Due
4/4/2018
 
Archive Date
10/1/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: Bids are being solicited under solicitation number 70FBR218Q000000999. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 916213. Local Area Set Aside FAR 26.202-1 USVI: Sellers bidding on this opportunity MUST have the items requested on the specified contract. The contract must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-04-04 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be in the Place of Performance.. The DHS Federal Emergency Management Agency requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/06/2018 - 07/05/2018 LI 001: Janitorial services in accordance with the Statement of Work, 3, mo; Option 1 Period of Performance: 07/06/2018 - 10/05/2018 LI 001: Janitorial services in accordance with the Statement of Work, 3, mo; Option 2 Period of Performance: 10/06/2018 - 01/05/2019 LI 001: Janitorial services in accordance with the Statement of Work, 3, mo; Option 3 Period of Performance: 01/06/2019 - 04/05/2019 LI 001: Janitorial services in accordance with the Statement of Work, 3, mo; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Federal Emergency Management Agency intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Federal Emergency Management Agency is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award. In accordance with FAR 26.202-1, firms only residing or primarily doing business within the United States Virgin Islands (USVI) are eligible to submit a quote. Any firms not residing or primarily doing business within the USVI shall not be considered for award. Award will be made to the offeror with the lowest price technically acceptable. Disaster or Emergency Area Representation (Nov 2007) (a)Set-aside area. The area covered in this contract is: DR4340VI the Territory of the United States Virgin Islands. (b)Representations. The offeror represents that it [ ] does [ ] does not reside or primarily do business in the set-aside area. (c)An offeror is considered to be residing or primarily doing business in the set-aside area if, during the last twelve months ” (1)The offeror had its main operating office in the area; and (2)That office generated at least half of the offeror's gross revenues and employed at least half of the offeror's permanent employees. (d)If the offeror does not meet the criteria in paragraph (c) of this provision, factors to be considered in determining whether an offeror resides or primarily does business in the set-aside area include ” (1)Physical location(s) of the offeror's permanent office(s) and date any office in the set-aside area(s) was established; (2)Current state licenses; (3)Record of past work in the set-aside area(s) (e.g., how much and for how long); (4)Contractual history the offeror has had with subcontractors and/or suppliers in the set-aside area; (5)Percentage of the offeror's gross revenues attributable to work performed in the set-aside area; (6)Number of permanent employees the offeror employs in the set-aside area; (7)Membership in local and state organizations in the set-aside area; and (8)Other evidence that establishes the offeror resides or primarily does business in the set-aside area. For example, sole proprietorships may submit utility bills and bank statements. (e)If the offeror represents it resides or primarily does business in the set-aside area, the offeror shall furnish documentation to support its representation if requested by the Contracting Officer. The solicitation may require the offeror to submit with its offer documentation to support the representation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/PP5-2/70FBR218Q000000999/listing.html)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN04875673-W 20180405/180403231126-62e9b0e2946ec835f506f80be41c9d10 (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.