Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SOLICITATION NOTICE

S -- Custodial Services - Fort Devens, MA

Notice Date
1/17/2024 10:23:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-24-R-5008
 
Response Due
1/31/2024 9:00:00 AM
 
Archive Date
02/15/2024
 
Point of Contact
Mitchell E Douglas, Jasmyne Peterson, Contracting Officer
 
E-Mail Address
mitchell.e.douglas.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil
(mitchell.e.douglas.civ@army.mil, Jasmyne.C.Peterson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitues the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. The purpose of this solicitation is for the procurement Custodial Services in support of the Directorate of Public Works (DPW), United States Army Garrison (USAG) Fort Devens, MA 01434-4429. The contractor shall provide all plant, labor, equipment, tools, materials, transportation, supervision, and other services necessary to provide cusotdial services at various locations on Fort Devens, Massachusetts. All work shall be performed in accordance with (IAW) the Performance Work Statement (PWS). 2. The Government intends to enter into a Firm Fixed Price (FFP) contract, 100% Total Small Business Set Aside contract. The estimated Period of Performance (PoP) for this effort shall be a 1-month Phase-In period with an 11-month base period and one 12-month option period from the date of the contract award. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive Department of Defense contract awards. If you need to register in SAM, please visit https://www.SAM.gov. 4. See Federal Acquisition Regulation (FAR) Clause 523212-1 �Instructions to Offerors�Commericial Items� and FAR 52.212-1, Addendum for additional information. 5. See FAR clause 52.212-2 �Evaluation�Commercial Items� and FAR 52.212-2 Addemdum for additional information and for evaluation criteria. 6. This is an Total Small Business Set-Aside in accordance with FAR Subpart 13.5 �Simplified Procedures for Certain Commercial Products and Services�. A Site Visit is STRONGLY RECOMMENDED and is available on 9 JANUARY 2024 from 0900 to 1500 EST. Interested parties shall all attendees intent on attending the site visit to complete a installation access form (https://home.army.mil/devens/application/files/4316/8452/8342/Devens_Visitors_Pass_Request_Upated_4 _APR_2023.pdf) and email to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Site Visit Point of Contact; Stephen Dakin at stephen.c.dakin.civ@army.mil no later than 4:00PM EST on THURSDAY, 4 JANUARY 2023. Visitor�s must have a valid driver�s license and car registration. In no event shall failure to inspect the sire constitue grounds for a claim after contract award. 7. All questions regarding this solicitation shall be issued via email no later than 12:00PM EST, 11 JANUARY 2024 to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer at jasmyne.c.peterson.civ@army.mil. 8. COMPLETING A QUOTE FOR SUBMITTAL: a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to the Contract Specialist at mitchell.e.douglas.civ@army.mil and the Contracting Officer jasmyne.c.peterson.civ@army.mil. b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) for the base period and option periods on the Standard Form (SF) 1449 Continuation Sheets of the solicitation . The Government maintains a tax-exempt status. The proposed price shall include all personnel, supplies, services, management, overhead, other direct costs, G&A, and profit to fulfill the contractual requirements of the Performance Work Statement. The Government may request the Offeror to provide other than certified cost or pricing data to assist in determining a fair and reasonable price IAW FAR 15.403-3. d. The Offerors shall submit a signed SF1449 (pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required tocomplete blocks 12, 17, 30a, 30b and 30c of the SF1449/ In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the Offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. f. The Offeror shall provde proof of VALID Certificate of Insurance IAW FAR 52.228-5 �Insurance �Work on a Government Installation� and �Required Insurance�. g. The Offeror shall complete attachment, Standard Form LLL, �Disclosure of Lobbying Activities� if applicable. 9. All services shall be performed IAW the Performance Work Statement (PWS). 10. All offers shall remain valid for 120 calendar days. 11. Attachment(s): Attachment 0001 � PWS Custodial Services (Base) Devens __________AMENDMENT 0001__________ The purpose of solicitation Amendment 0001 is to update the ""Instructions to Offerors"" and extend the response time to this solicitation. Please ensure that upon submission of your final proposal that a signed copy of any/all amendments by completing items 8 and 15 on the SF30, are included along with all other requested information as described in the solicitation �Instruction to Offerors� and �Addendum to Clause 52.212-2: Evaluation Criteria�.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d28e2ad1df464bf3b9bf39daebbe54d2/view)
 
Place of Performance
Address: 0, MA 01434, USA
Zip Code: 01434
Country: USA
 
Record
SN06937056-F 20240119/240117230041 (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.