The RFP Database
New business relationships start here

Combined Synopsis/Solicitation


Mississippi, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

Janitorial Services

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

Solicitation Number W81EWF43049913 is being issued as a Request for Quotes (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is a 100% set-aside for Small Business Concerns under North American Industry Classification System (NAICS) code 561720 with a Small Business size standard of $18.0 million dollars. The US Army Corps of Engineers, Engineer Research and Development Center (ERDC) Contracting Office, has a requirement for cleaning services at the U.S. Army Corps of Engineers Field Research Facility located in Duck, North Carolina.

BID SCHEDULE:

Line Item 0001: Cleaning Services - Year One
Qty 12 months, Unit Price________, Total Amount:_________

Line Item 0002: Cleaning Services - Year Two
Qty 12 months, Unit Price________, Total Amount:_________

Line Item 0003: Cleaning Services - Year Three
Qty 12 months, Unit Price________, Total Amount:_________

Line Item 0004: Cleaning Services - Year Four
Qty 12 months, Unit Price________, Total Amount:_________

Line Item 0005: Cleaning Services - Year Five
Qty 12 months, Unit Price________, Total Amount:_________

The U.S. Army Corps of Engineers, Engineer Research and Development Center anticipates awarding one firm-fixed price contract with a one year based period and four (4) one year option periods. Please review the attached Performance Work Statement.

Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items. The clause will be incorporated into the solicitation and shall read as follows:

(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. Offerors are reminded that the evaluation process is subjective despite the use of factors as outlined below. Past performance is more important than technical capability. Past performance and technical, when combined, are significantly more important that price. The following factors shall be used to evaluate offers:

1. Past Performance- To demonstrate satisfactory past performance the Offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available, the Offeror will be evaluated as neutral on Past Performance, providing the Offeror supplies a certified statement with their offer that no past performance information is available. Neutral past performance is not negatively scored but may have a negative impact in the overall consideration for award. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the Offeror. Past Performance is the most important factor and is more important than Technical Capability.

2. Technical Capability - Technical Capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statement (PWS). The Offeror's proposal should clearly outline the Offeror's capability to meet the requirements of the performance work statement. Technical Capability is the second most important factor and is less important than Past Performance.

3. Price - All quotes submitted will be evaluated for Technical Capability, Past Performance, and Price. The government will issue award to the Offeror whose quote is the most advantageous to the government but not necessarily the lowest price. If all things are equal, the Offer which is most advantageous to the government may also be the lowest price determined to be reasonable IAW FAR 12.209. Offeror's are encouraged to propose their best price. The Government will evaluate offers for award purposed by adding the total price for all options to the total price for the basic requirement. The resulting contract from this solicitation will be a firm fixed price contract.

It is not the intent of the government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Past Performance, Technical Capability, and Price reasonableness. Failure to submit sufficient information for the government to determine Technical Capability, Past Performance or Price may result in the rejection of your quote. An award will be made on the basis of the lowest evaluated price, including options (IAW 52.212-2(b)), of proposals meeting or exceeding the acceptability standards for non-cost factors.

FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible Offeror whose proposal is determined to be the most advantageous in accordance with Clause 52.212-2 Evaluation -Commercial Items. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3, 52.225-4, 52.225-13, 52.233-3, 52.233-4, 52.217-8, and 52.217-9. The clause at FAR 52.204-7, System for Award Management, FAR 52.204-13, System for Award Management Maintenance, DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A, System for Award Management Alternate A, DFARS 252.209-7994, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, and DFARS 252.232-7010, Levies on Contract Payments applies to this acquisition.

If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process acquisition.

Quotes are due by 1230 hours (12:30 p.m.) Central Standard Time (CST), 31 March 2015 at ERDC Contracting Office, Attention: Robyn Wells, 3909 Halls Ferry Road, Vicksburg, MS 39180. In addition to hard copy, quotes will also be accepted by email at robyn.d.wells@usace.army.mil. Faxed quotes will not be accepted. This requirement is 100% set-aside for Small Businesses under NAICS Code 561720. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS).

Responses to this announcement must be complete and include Past Performance, Technical Capability, and Pricing in accordance with the bid schedule including options.

Any questions shall be emailed to robyn.d.wells@usace.army.mil. A Question and Answer Document will be provided and updated as questions arise. It is the interested Offerors' responsibility to check FedBizOpps for updated information. Questions may be submitted up until 1200 hrs (12:00 noon) CST 27 March 2015.



Robyn D. Wells, 601-634-5321

USACE ITL, GSL, EL, CHL, Vicksburg

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP