SOLICITATION NOTICE
S -- S--CAPE COD NATIONAL SEASHORE - Cleaning Services
- Notice Date
- 9/3/2025 5:14:08 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561720
— Janitorial Services
- Contracting Office
- NER SERVICES MABO (43000) BOSTON MA 02108 USA
- ZIP Code
- 02108
- Solicitation Number
- 140P4325R0047
- Response Due
- 9/12/2025 7:00:00 AM
- Archive Date
- 09/27/2025
- Point of Contact
- Albright, Jason, Phone: 6175196145, Fax: (760) 9344780
- E-Mail Address
-
Jason_Albright@nps.gov
(Jason_Albright@nps.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- CAPE COD NATIONAL SEASHORE - Cleaning Services COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposals (RFP). Submit written proposals on RFP Number 140P4325R0047. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05, August 7, 2025. (IV) This solicitation is being issued as a Total Small Business Set-Aside, under NAICS code, 561720, Janitorial Services, with a small business size standard of $22.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Cleaning Services at Cape Cod National Seashore The Government anticipates award of one (1) Indefinite-Delivery-Indefinite Quantity (IDIQ) Contract. (VI) Description of requirements is as follows: A detailed description can be found in the attached Scope of Work (SOW). (VII) Period of performance for the Base Year is anticipated to begin September 21, 2025, and complete by September 20, 2026. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (NOV 2021), applies to this acquisition. (IX) FAR 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. (a) The Government will award a single Indefinite-Delivery Indefinite Quantity (IDIQ) Contract resulting from this solicitation to the lowest-priced responsible Offeror whose offer conforms to the solicitation requirements, considering the stated technical factors, past performance, and price. All evaluation factors other than price, when combined, are approximately equal in importance to price. The following factors shall be used to evaluate offers. FACTOR 1 � Qualifications Offerors shall submit documentation demonstrating proficiency (a minimum of three (3) years� experience) in house cleaning and janitorial services. Example projects shall include: a) Narrative description of the referenced contract b) Location, and event name c) Dollar value d) Client name e) Project POC title, name, email, phone number FACTOR 2 � Past Performance Past Performance is the factual documentation or narrative of a firm�s experience, qualifications, and capability. Offerors shall provide three (3) examples of their firm�s most recent projects within the past five (5) years of similar size and scope. Information may be regarding the offeror's firm and/or its proposed subcontractors performing key trades and other critical activities. Subcontractor past performance will only be considered if it correlates to the work the subcontractor will be performing on this requirement. Include the following: a) Narrative description of the referenced contract b) Location, and event name c) Dollar value d) Client name e) Project POC title, name, email, phone number FACTOR 3 � Price Offerors are required to submit pricing in the format indicated in Section B of the solicitation, titled Unit Priced Rates. The government will evaluate the proposed rates for the labor categories and other direct costs (if applicable) in the Pricing Schedule of the solicitation for completeness and reasonableness. The Government will also evaluate cost with regard to the ability of the offeror to meet requirements in terms of skills required, complexity of disciplines and job difficulty, if the Government deems such analysis necessary. The offeror's Price proposals will be evaluated by CLIN level. Overall Evaluated price will be based on the total proposed price in Attachment 2 � Quote Schedule - Sample Task Order, which reflects an example of a potential order under the resultant IDIQ contract. This shall serve as meaningful price evaluation reflecting the likely actual cost to the Government of each offer. If adequate price competition is not obtained or if price reasonableness cannot be determined using a price analysis of Government-obtained information, additional information in accordance with FAR 15.4 may be required to support the proposed price. The Government may make a final determination as to whether the Offeror�s proposal is acceptable or unacceptable solely based on the initial proposals as submitted or the Government may conduct discussions with offerors regarding proposals. Offerors are advised to submit proposals that are fully and clearly acceptable without requests for additional information. Offerors are required to meet all solicitation requirements, such as terms and conditions and technical requirements to be eligible for award. The Government intends to select one contractor for award. However, the Government reserves the right to award no contract at all, depending on the quality of proposals(s) submitted and the availability of funds. (b) 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) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (MAY 2024)(DEVIATION JAN 2025), with its quote. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2023), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2025)(DEVIATION FEB 2025) applies to this acquisition. (XIII) The Government intends to award a Indefinite-Delivery Indefinite-Quantity contract from this solicitation. (XIV) Proposals are required to be received in the contracting office no later than 10:00 AM ET on September 15, 2025. All quotes must be emailed to the attention of Jason Albright. The email address is Jason_Albright@nps.gov. (XV) Any questions regarding this solicitation should be directed to Jason Albright, at Jason_Albright@nps.gov no later than 10:00 AM ET on September 8, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a0a364fab6948f0bd13b994e34dbf8d/view)
- Record
- SN07576230-F 20250905/250903230042 (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 |