SOLICITATION NOTICE
S -- Lincoln, IL Janitorial Services WFO Central IL
- Notice Date
- 12/8/2021 8:10:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- NWWR94362200033VES
- Response Due
- 12/16/2021 11:00:00 AM
- Archive Date
- 12/31/2021
- Point of Contact
- Veronica Stroud, Phone: 3034976779
- E-Mail Address
-
veronica.stroud@noaa.gov
(veronica.stroud@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- MODIFICATION 1: The previous contract was 1305M219PNWWR0039. More information about this contract can be ascertained on fpds.gov. COMBINED SYNOPSIS/SOLICITATION JANITORIAL SERVICES FOR THE NATIONAL WEATHER SERVICE CENTRAL IL IN LINCOLN, IL (I) ��������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) �������� This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWR94362200033VES. (III) ������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01 (NOV 2021) (Deviation 2020-11) (AUG 2020). (IV) ������ This solicitation is being issued as a 100% total small business set-aside. The associated NAICS code is 561720. The small business size standard is $19.5M. (V) �������� This combined synopsis/solicitation is for the following commercial services: LINE ITEM 0001: Base Year 1, Services, non-personal, contractor to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services for the Nation Weather Service Central IL in Lincoln, IL, in accordance with the attached, incorporated Statement of Work.� LINE ITEM 1001 � Option� Year 1, Services, non-personal, contractor to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services for the Nation Weather Service Central IL in Lincoln, IL in accordance with the attached, incorporated Statement of Work. LINE ITEM 2001 � Option� Year 2, Services, non-personal, contractor to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services for the Nation Weather Service Central IL in Lincoln, IL, in accordance with the attached, incorporated Statement of Work. LINE ITEM 3001 - Option� Year 3, Services, non-personal, contractor to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services for the Nation Weather Service Central IL in Lincoln, IL in accordance with the attached, incorporated Statement of Work. LINE ITEM 4001 - Option� Year 4, Services, non-personal, contractor to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services for the Nation Weather Service Central IL in Lincoln, IL, in accordance with the attached, incorporated Statement of Work. (VI) ������ Description of requirements is as follows: � Janitorial Services for the National Weather Service Central IL in Lincoln, IL. See the incorporated Statement of Work, which applies to Base Year and Option Years and Wage Determination No 2015-5053 Revision 18, for more details and specifications. (VII) ����� THE PERIOD OF PERFORMANCE SHALL BE AS FOLLOWS: Base Year: 01/01/2022 � 12/31/2022 ��������������� Option Year 1: 01/01/2023 � 12/31/2023 Option Year 2: 01/01/2024 � 12/31/2024 Option Year 3: 01/01/2025 � 12/31/2025 Option Year 4: 01/01/2026 � 12/31/2026 COVID19 Federal COVID19 protocols, all on-site contractor employees will be required to complete the non-Federal Employee and Visitor Certification Form attached and carry a copy with them when reporting to any DOC worksite. Additionally, those who do not certify they are fully vaccinated, or who decline to provide vaccination status, must obtain a negative COVID-19 test in order to access a DOC operating location or facility, per Senior Procurement Executive Message, provided upon request. (VIII) ��� FAR 52.212-1�INSCTRUCTIONS TO OFFERORS-COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. 1.�� Submit quotations to the office specified in this solicitation at or before the time specified in this solicitation. Email quotes are preferred and can be sent to veronica.stroud@noaa.gov. 2.�� Contractor shall have an active registration in the System for Award Management (SAM) found at www.SAM.gov in order to provide a quote and be eligible for award. 3.�� Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. Vendors who do not provide all evaluation criteria will not be accepted. �THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR�S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT AS WELL AS ANY QUESTIONS SUBMITTED.� CAR 1352.215-72�INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing to veronica.stroud@noaa.gov. �Questions should be received no later than December 14, 2021. Any responses to questions will be made in writing (via email), without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) Site Visit: All Bidders are strongly encouraged to make a site visit to inspect all proposed work and to acquire all necessary site information for preparation of the Bid Proposal. Failure of the Contractor to visit the site shall not be an acceptable reason for justifying subsequent requests for additional funds after the contract is awarded. Any questions arising as a result of the site visit must be provided to Veronica Stroud via email at�veronica.stroud@noaa.gov. No questions will be answered on site.� RFQ FAR 52.237-1 SITE VISIT (APR 1984) Vendors are urged and expected to inspect the site where services are to be performed and satisfy themselves regarding all general and local conditions affecting the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. If you wish to have a site visit, an escort is required.� You will need to call or email Ryan Knutsvig, at 701-330-6674 or ryan.knutsvig@noaa.gov as a point of contact (POC) for the site visits prior to the visit.�Make sure to get an acknowledgement. �(IX) ����� FAR 52.212-2 EVALUATION-COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. All factors are of equal value. � 1) Technical capability/ Qualifications: - It is the contractor�s responsibility to provide the quote and all necessary supporting documentation the government needs to determine capability and acceptability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. 2) Past Performance � submission shall include at least 2 references (including the contact�s name, phone number, and email address) showing similar work has been performed.� The government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the offeror, the agency�s knowledge of the contractor�s performance, other government agencies or commercial entities, or past performance databased, and past performance will be based on responsiveness, timeliness, quality, and customer service. ����������� 3) Price. The government intends to award a best value/trade off, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. ����� (b) 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). ����� (c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) PLEASE SEE THE ATTACHED ADDITIONAL DOCUMENTS FOR MORE INFORMATION.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/83abcc6f615b46729c96a10006fd3f4b/view)
- Place of Performance
- Address: Lincoln, IL 62656, USA
- Zip Code: 62656
- Country: USA
- Zip Code: 62656
- Record
- SN06193701-F 20211210/211208230130 (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 |