SOLICITATION NOTICE
S -- ODC-M Custodial - FA5575-18-Q-MD02 ODC-M Custodial
- Notice Date
- 8/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- Department of the Air Force, US Air Force Europe, 496 ABS/PK - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585, United States
- ZIP Code
- 09643-6585
- Solicitation Number
- FA5575-18-Q-MD02
- Archive Date
- 8/30/2018
- Point of Contact
- Marcus L. Drinkard, Phone: 34955848073, Kevin U Pedraza, Phone: 314-722-8591
- E-Mail Address
-
marcus.drinkard@us.af.mil, kevin.pedraza.1@us.af.mil
(marcus.drinkard@us.af.mil, kevin.pedraza.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Pricing Schedule PWS RFQ (i)This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. (ii)Solicitation FA5575-18-Q-MD02 is issued as a Request for Quotation (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective 20 July 2018. (iv)This solicitation is full and open without exclusion; the associated NAICS code is 561720, Janitorial Services. (v)The Pricing Schedule is incorporated as Attachment 2 - Pricing Schedule - ODC-M Custodial. Vendors shall complete the attachment in its entirety and return with any other documentation/data as required by this Pricing Schedule. (vi) A detailed description of requirements for the items/services to be acquired is incorporate as Attachment 1 - PWS Custodial and Office Support Services - 9 April 2018. (vii)Delivery shall be FOB Destination. All services are to be performed at: The Office of Defense Cooperation, Madrid, Spain (viii)FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. (ix)FAR 52.212-2 Evaluation-- Commercial Items (Oct 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. (a) The Government will award one contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation is determined to be the best value quote utilizing FAR Parts 12 and 13. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. In addition, the government may conduct comparative evaluations of quoter's to determine the best value quote. The Evaluation Factors are: I. Price II. Past Performance Price: All quoters' proposed prices will be determined by adding the proposed price for each Contract Line Item Number (CLIN) to confirm the extended amount and the total amount. The price evaluation will document the reasonableness and completeness of the total evaluated price. Past Performance: Past Performance will be evaluated based on subjective assessment of how well the quoter performed on past recent and relevant work, as outlined in Addendum to FAR Provision 52.212-1. Quoter must receive an Acceptable rating to receive an award. This rating is based upon quoter-provided information, or information obtained from any other sources of past performance information, indicating performance of same or similar requirement as follows: RATINGDEFINITION Acceptable: Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. Unacceptable: Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. The Past Performance information may be obtained from the following sources: (A) Reference List (Please see details in the Addenda to FAR 52.212-1). (B) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (C) Customer surveys, and past performance questionnaire replies; (D) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (E) Any other reasonable basis. Offerors with no relevant past performance history are treated neither favorably nor unfavorably, however, the Government may use information obtained from other sources to determine a final past performance rating. Past performance evaluation will be performed based on the following criteria: (A) Recency: The Government will confirm whether work submitted by the quoter has been completed within the past 3 years from the solicitation release date or are currently in progress. (B) Relevancy: The Government will evaluate work submitted by the quoter to determine relevancy. Relevancy is defined as similar services when compared to this solicitation in terms of actual services provided. The Government is not bound by the offeror's opinion of relevancy. Award Process: The Government intends to award to the best value quote. In accordance with 13.106-2(b)(3), the Government is not required to establish a competitive range, conduct discussions, or score quotes. Consistent with simplified acquisition procedures, the evaluation process is as follows: i.The Government will evaluate all quotes for price, ranking the quoters from lowest to highest total evaluated price. ii.The Government will evaluate all quotes for past performance. Past performance will be evaluated on an Acceptable/Unacceptable basis. iii. The government will make an award based on whether the lowest priced quote having acceptable past performance represents the best value when compared to any lower priced quote in accordance with FAR 13.106-2(b)(4)(ii). Arithmetic Discrepancies: For the purpose of initial evaluation of quotes, the following will be utilized in resolving arithmetic discrepancies as submitted by the quoter. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. (b) A written notice of award or acceptance of an quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept an quote (or part of an quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (x)Each vendor shall ensure the provision at FAR 52.212-3, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi)The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii)The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Nov 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.222-50COMBATING TRAFFICKING IN PERSONSMar 2015 (xiii)Options- N/A (xiv)No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv)NOTICE TO ALL INTERESTED PARTIES: Questions and Answers: Questions are due via email to SSgt Marcus Drinkard (marcus.drinkard@us.af.mil) NO LATER THAN 2:00PM Local Time on 06 August 2018. Quotes: Quotes are due no later than 2:00PM Local Time on 15 August 2018. Quotes shall include the following: a.Price - Submit one (1) copy of price schedule. b.Past performance (xvi)Quotations shall be submitted electronically via e-mail to SSgt Marcus Drinkard (marcus.drinkard@us.af.mil). For information regarding this RFQ, contact the same. Quotes submitted electronically are cautioned that Moron has very strict firewall protocols and the government will not be held responsible for timely and complete receipt of quotes by email. If submitting quote by e-mail, only submit one copy and the maximum size of email shall not exceed 4MB. Quote can be split over multiple e-mails and if sending multiple e-mails, ensure subject line contains how many emails have been sent with the text to be used as follows: "E-mail X of Y" (1 of 4, 2 of 4, etc.). Please confirm delivery of your quote by email to SSgt Marcus Drinkard marcus.drinkard@us.af.mil. (xvii)List of Attachments: •Attachment 1 - PWS Custodial and Office Support Services - 9 April 2018 •Attachment 2 - Pricing Schedule - ODC-M Custodial (xviii)Companies must be registered in SAM.gov: https://www.sam.gov/portal/SAM/ and invoices shall be submitted thru Wide Area Work Flow website: https://wawf.eb.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b246426fcdfa932ad4621ff77b44e54e)
- Place of Performance
- Address: Moron AB, Spain, Moron, Spain
- Record
- SN05016903-W 20180803/180801231918-b246426fcdfa932ad4621ff77b44e54e (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 |