SOLICITATION NOTICE
S -- Janitorial Service
- Notice Date
- 8/7/2020 9:51:37 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
- ZIP Code
- 94107
- Solicitation Number
- 70FBR920Q00000019
- Response Due
- 8/7/2020 2:00:00 PM
- Archive Date
- 08/22/2020
- Point of Contact
- Demetria Carter, Phone: 2027025180
- E-Mail Address
-
Demetria.Carter@fema.dhs.gov
(Demetria.Carter@fema.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS SOLICITATION IS AMENDED TO EXTEND THE RESPONSE DATE AS FOLLOWS: Electronic submission of your quote is due no later than 3pm PST, Friday, August 7, 2020. Combined Synopsis/Solicitation 70FBR920Q00000019 The Federal Emergency Management Agency (FEMA) is considering the issuance of a Fixed Price Purchase Order for an immediate requirement for janitorial services to support its disaster relief operations as a result of California Wildfires DR4407-CA. Place of Performance is at the Administrative offices located in Building 330 at the Sharpe Staging Area, French Camp, CA. (SHARPE ARMY DEPOT at 700 E Roth Rd, French Camp, CA, 95231-9735) Period of Performance is date of Award through 90 days with four 90-day option periods. The Contractor�s responsibilities shall include providing all labor, equipment, tools, permits, license and insurance required to perform the tasks and services as set forth in the attached Statement of Work (SOW). The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for janitorial services. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No. 2015-5653 (Rev.-10). This solicitation is being issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items, in conjunction with Part 13, Simplified Acquisition Procedures. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2020-07). The NAICS Code and small business size standard for procurement are 561720 and $19.5 million, respectively. This action is a small business set-aside. Preference for vendors residing in or primary doing business in the declared disaster area (Butte, Los Angeles and Ventura Counties). All vendors shall be registered and have an active DUNS number in SAM.gov in order to quote. SUBMISSION INSTRUCTIONS Each Quoter is requested to submit an electronic version of your business� price quote. The electronic version shall be submitted to the Contracting Officer, Demetria Carter at Demetria.carter@fema.dhs.gov and copied the Contracting Specialist, Ashlee Young at Ashlee.young@fema.dhs.gov. Electronic submission of your quote is due no later than 2pm PST, Thursday, August 6, 2020. Questions regarding this solicitation shall be e-mailed to demetria.carter@fema.dhs.gov and ashlee.young@fema.dhs.gov; which are due by 1:00 pm PST, Wednesday, August 5, 2020, Questions received after this time may not be considered. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): Tax Identification Number (TIN) Dun & Bradstreet Number (DUNS) Contract Name Contact Email address Contract telephone and fax number Complete business mailing address The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as CPARS and FAPIIS to make this determination. Offerors must complete and submit the Contractor�s Statement of Assurances. (See Attachment) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.209-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA AND BASIS FOR AWARD A single award will be made to the responsible offeror submitting an overall quote that is determined most advantageous to the Government, price and other factors considered. The following technical factors will be used to evaluate offers: Factor 1 - Local Area preference The Government will give preference to local offerors with the lowest price and have complied with the submission and evaluation requirements listed in this document as set forth in provisions FAR 52.226-3, 52.226-4 and 52.226-5. � Factor 2 - Price Quoters shall complete the attached Pricing Worksheet to provide their total fixed price quotation for the Daily Cleaning Base Month, and the four (4) option periods and Initial Deep Cleaning. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Factor 3 � Delivery Schedule Quoters shall provide the availability date to begin services. Since this is an urgent need under short notice (up to 48-hours after receipt of award) the performance needs to begin. Factor 4 - Past Performance & Company Experience The submitted past performance experiences shall be of contractual work that is similar to the requirements set forth in this solicitation. The Quoter shall identify at least (2) contracts/task orders that demonstrate recent and relevant past performance. Past experience summaries shall be for projects completed in the last three years or currently in process, which are of similar size, scope, and complexity relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. The following information shall be provided for each referenced contract: a. Program title or product name b. Contract number c. Contract type d. Brief synopsis of work performed e. Brief discussion of how the work performed is relevant to this solicitation f. Contract Value The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror�s experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad62458d8afa4eb6bb970043b30941ba/view)
- Place of Performance
- Address: French Camp, CA 95231, USA
- Zip Code: 95231
- Country: USA
- Zip Code: 95231
- Record
- SN05749343-F 20200809/200807230140 (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 |