Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOLICITATION NOTICE

S -- COVID-19 Cleaning Services

Notice Date
8/5/2020 4:01:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247320Q0013
 
Response Due
8/19/2020 11:00:00 AM
 
Archive Date
09/03/2020
 
Point of Contact
Melissa Saenz, Phone: 9282692293, Jacqueline Carrera, Phone: 9282696448
 
E-Mail Address
melissa.j.saenz@navy.mil, jacqueline.carrera@navy.mil
(melissa.j.saenz@navy.mil, jacqueline.carrera@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis Solicitation � COVID-19 Cleaning Services�������������������� Response Date: 19 August 2020 at 11:00 AM MST Solicitation No: N6247320Q0013��� COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a Combined Synopsis/Solicitation (CSS) from Naval Facilities Engineering Command Southwest (NAVFAC SW) for services necessary for all labor, management supervision, tools, material and equipment to provide Coronavirus Disease 2019 (COVID-19) Cleaning Services for Marine Corps Air Station (MCAS) Yuma, AZ, Cannon Air Defense Yuma, AZ, MCCS Martinez Lake Recreation and Lodging Area Yuma, AZ and Camp Billy Machen Niland, CA.� This procurement is to establish a performance based contract for non-recurring work. �This CSS is prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. This CSS is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. In accordance with FAR 19.502-2(a), this procurement is automatically reserved exclusively for small businesses and shall be set aside 100% for small business concerns. This is a small business set aside. The Government anticipates awarding a Firm Fixed Price (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) performance based contract for a base period of 12 months and two (2) 12-month option periods. The North American Industry Classification System (NAICS) code 561720 Janitorial Services and business size standard is $19.5 Million. This IDIQ contract will consist of the following Contract Line Item Numbers (CLIN�s): CLIN 0001, Max Quantity: 1,000,000.00, Unit of Issue: Each, Description:� Base Period. COVID-19 Cleaning Non-Recurring Services; CLIN 0002, Max Quantity: 1,000,000.00, Unit of Issue: Each, Description: Option Period 1. COVID-19 Cleaning Non-Recurring Services; CLIN 0003, Max Quantity: 1,000,000.00, Unit of Issue: Each, Description: Option Period 2. COVID-19 Cleaning Non-Recurring Services. Basis for award: Award will be made on an all or none basis. An offeror must provide a quote for all items in this CSS to be eligible for award. The following factors shall be used to evaluate offers: Technical Acceptability, Past Performance, and Price. Offerors shall submit sufficient information to enable the Government to determine that the proposed item meets or exceeds all of the technical capabilities of the Performance Work Statement. Factors for this acquisition haves been included within the Performance Work Statement. This announcement constitutes the only solicitation; a competitive quote is being requested and a written solicitation will not be issued. The Government reserves the right to collect other than cost and pricing data from the Offeror in order to determine price reasonableness.� Minimum and Maximum Ordering Amounts Minimum Single Order Amount:� $500.00 Maximum Single Order Amount:� $250,000.00 The ceiling price for this contract (i.e. cumulative value of all task orders) is $1,000,000.00. Minimum Guarantee This contract guarantees that task order(s) amounting to a minimum of five hundred dollars ($500.00) will be issued during the first 12 months of the contract period of performance.� In the event the Contractor receives obligations of less than this minimum, during the 12 months, the Government will fund the difference between the actual obligation and the guaranteed minimum.� Once a task order is issued for $500.00 or more during the 12 months of the period of performance, the government has satisfied its minimum guarantee.� Maximum Contract Value The aggregate maximum value of all combined awards made under this solicitation shall not exceed $1,000,000.00.�� If the Government's requirements for services set forth in the solicitation do not result in orders in the amounts described as �maximum,"" the event shall not constitute the basis for an equitable price adjustment under this contract. Task Order Pricing Task Orders issued under this contract shall be Fixed-Price. Firm Fixed Price (FFP) The Firm-Fixed Price for each task order will be negotiated based on the price to complete the work. After acceptance of a fixed price task order by the Contractor(s), the task order price will only be adjusted to reflect changes in scope or conditions. Issuance of Task Orders Each task order shall have a discrete period of performance independent of the basic contract and no task order shall extend beyond the expiration date of the basic contract.� Each task order will be negotiated separately, funded individually, and will have its own tracking number. Task orders will be issued electronically by a contracting officer. Authorized Individuals The following Contracting Officers are the only individuals authorized to place orders under this contract: Jacqueline Carrera Adrienne Moore The Government intends to evaluate the FAR 52.217-8 Option, and has included the provision FAR 52.217-5, Evaluation of Options in ELIN Schedule of the CSS. In accordance with FAR 52.217-5, evaluation of options will not obligate the Government to exercise the option(s). Technical Specification: Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, and other items necessary to provide COVID-19 Cleaning Services outlined below and described in the attached Annexes/Performance Work Statement (PWS). Quote must include the following: (1) The CSS number, reference: N6247320Q0013 COVID-19 Cleaning Services (2) The name, address, and telephone number of the Offeror; (3) Unit price for each Exhibit Line Item Number (ELIN) Pricing Schedule and any discount terms; (4) �Remit to� address, if different than mailing address; (5) Acknowledgment of CSS amendments; (6) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the CSS. Quote is due by August 19, 2020 at 11:00 AM Mountain Standard Time.� Request for Information (RFI) and the quote shall be E-mailed to Melissa Saenz at melissa.j.saenz@navy.mil. All RFIs shall be received by August 11, 2020. The point of contact for this CSS is Melissa Saenz at melissa.j.saenz@navy.mil or (928) 269-2293. �Please include �CSS N6247320Q0013 COVID-19 Cleaning Services� on all inquiries. The Offeror is responsible for ensuring a quotation reaches the Government office designated in the CSS by the time specified in the CSS. The Offeror must have a completed registration in the System for Award Management (SAM) website prior to award of contract.� Information can be found at https://www.sam.gov/. �Complete SAM registration means a registered Dun and Bradstreet (DUNS) and Commercial and Government Entity (CAGE) Code numbers. Attachments: PWS � Annexes 0100000 �� General Information 0200000 �� Management and Administration 1503010 � Custodial ELIN Pricing Schedule J-0200000 Attachments J-1503010 Attachments Provision and Clauses THE CSS AND ASSOCIATED DOCUMENTATION WILL BE AVAILABLE IN ELECTRONIC FORMAT ONLY. No hard copies will be provided. Amendments will be sent directly via email.� This will be the only method of distributing amendments. This CSS document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2020-07 Effective 02 July 2020 and Defense Federal Acquisition Regulation Supplement (DFARS), Effective 24 March 2020. The provisions and clauses can be accessed in full text at https://www.acquisition.gov.���
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/be5e05e4e1b547789f24918ef1636375/view)
 
Place of Performance
Address: Yuma, AZ 85365, USA
Zip Code: 85365
Country: USA
 
Record
SN05745994-F 20200807/200805230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.