The RFP Database
New business relationships start here

Dining Hall & Gym Cleaning, Base + 4 Option Years


South Dakota, 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96.  This combined synopsis/solicitation is set-aside 100% for small business.  North American Industrial Classification Standard 561720 applies to this solicitation; business size standard is $18 million. 


The South Dakota Air National Guard intends to issue a firm fixed priced purchase order for Dining Hall & Gym Cleaning Services at 1201 West Algonquin St, Sioux Falls, SD 57104-0264 in accordance with the Performance Work Statements. 


* Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made IAW FAR 52.232-18, Availability of Funds. 

Site Visit:  All interested parties are invited to attend a pre-proposal site visit at 10:00 am CST on Friday, February 16, 2018.  Site visit is not mandatory, but offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable.  For access to the installation, advanced coordination is required.  Please coordinate your attendance by immediately contacting Jeremiah Minter at jeremiah.g.minter.mil@mail.mil or 605-988-5931.  Information discussed at any site visits shall not change/qualify the terms and conditions of the solicitation and specifications; all terms and conditions remain unchanged unless amended in writing.  All site visit information will be released to all eligible offerors on a non-attribution basis. 


Questions:  All questions must be directed to Jeremiah Minter at jeremiah.g.minter.mil@mail.mil. ; Questions must be submitted no later than two business days prior to quote due date or may not be considered.  All questions and answers must be in writing.  Do not contact other Government personnel as this will only delay receipt of answers.  Questions must be received no later than two business days prior to the quote due date.  All questions and the answers provided will be released to all eligible offerors on a non-attribution basis.  All terms and conditions remain unchanged unless amended in writing.

Preparing and Submitting your Quote:  To facilitate the most expeditious and equitable evaluation process possible, please use the attached instructions to offerors and the attached quote sheet for providing requested past performance and pricing information.  Fill out (check the two boxes and fill out bottom portion) and submit the attached DFARS 252.209-7999 provision along with the quote sheet.  All quotes must be submitted to Jeremiah Minter at jeremiah.g.minter.mil@mail.mil. ; Your firm's standard quote documents can also be submitted but please ensure ALL the information requested in the attached Quote Sheet is included.  Please make quotes valid for a minimum of 90 days.  Be sure to submit/attach enough additional information to enable the Government to fully ascertain the specifications/capabilities of the services quoted. 


Evaluation:  Quotes will be evaluated in accordance with FAR 13.106-2 and 52.212-2 and the Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and past performance.  Past Performance is approximately equal to Price. 


Wage Determination:  Currently, Wage Determination 15-5369 (Rev.-5) posted 01/16/2018 for Minnehaha County in South Dakota is applicable.  Rates can be found at http://www.wdol.gov/sca.aspx. ; However, the current prevailing Wage Determination will be incorporated at time of award.  In the event the current prevailing Wage Determination is changed, offerors/contractors will be given a reasonable opportunity to provide revised proposals solely to amend proposals due to Wage Determination changes.  This does not constitute and shall not be construed as discussions. 


Contractor Manpower Reporting:  The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of Army Contractor Manpower Reporting Application (CMRA) via a secure data collection site.  The contractor is required to completely fill in all required data fields using the following web address:  http://www.ecmra.mil/. 


Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30.  While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year.  Contractors may direct questions to the help desk at http://www.ecmra.mil/. ;


Pre-performance Meeting:  After contract award and prior to commencement of work a pre-performance meeting will be scheduled with the awardee. 


The selected Offeror must comply with the following Federal Acquisition Regulation Provisions and Clauses, which are incorporated herein by reference:  FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.203-7, Anti-Kickback Procedures; FAR 52.204-7, System for Award Management; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.212‐1, Instructions to Offerors-Commercial Items; FAR 52.212‐2, Evaluation-Commercial Items; FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items; FAR 52.212‐4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.217-5, Evaluation of Options; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-1, Small Business Program Representations; FAR 52.219‐6, Notice of Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222‐21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-41, Service Contract Labor; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts); FAR 52.222‐50, Combating Trafficking in Persons; FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service And Construction Contracts; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225‐13, Restrictions on Certain Foreign Purchases; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.232-1, Payments; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-2, Service of Protest; FAR 52.233‐3, Protest After Award; FAR 52.233‐4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.243-1, Changes-Fixed-Price; FAR 52.244-6, Subcontracts for Commercial Items; FAR 52.246-20, Warranty of Services; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252‐2, Clauses Incorporated by Reference; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204‐7004 Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law; DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7031, Secondary Arab Boycott of Israel; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232‐7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247‐7023, Transportation of Supplies by Sea; AFARS 5137.91, Accounting for Contract Services.  Provisions and Clauses for this synopsis/solicitation can be found at http://farsite.hilll.at.mil.


Jeremiah G. Minter, Contracting Specialist, Phone 6059885931, Email jeremiah.g.minter.mil@mail.mil - Kurtis C Lunstra, Phone 6059885933, Email kurtis.c.lunstra.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP