The RFP Database
New business relationships start here

Janitorial Services


Texas, United States
Government : Federal
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 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; quotes are being requested and a written solicitation will not be issued separately.

This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-101.


The solicitation number is 9309R3221016 this solicitation is issued as a request for quote (RFQ).


This is a 100% Small business Set Aside. The associated North American Industry Classification System (NAICS) code is 561720 - Janitorial Services, with a corresponding small business standard of $18.0 million. Only offers from small businesses will be considered for this solicitation.


A site visit of where the work will be performed is highly recommended. Site visits may be arranged with Ms. Rosalba Montes, 915-351-1030. Site visit shall be arranged no later than March 11, 2019.


Offer due date/Local time: March 21, 2019; 2:00 pm MST.


Only questions submitted via email to Sylvia.Grindstaff@ibwc.gov will be considered. Questions received from Offerors after 10:00 am Mountain on March 19, 2019 will not be responded to.


Description:
The International Boundary and Water Commission, United States Section (IBWC) requires Janitorial Services for IBWC American Dam Field Office.


The IBWC is seeking price quotes for:
A Base period plus 4 option years. Please quote unit price and total price for Contract Line Item Numbers: CLIN 001 and CLIN 005.


CLIN Structure:
See Attachment


Refer to attached Statement of Work for description of the requirement to include dates and places of delivery, inspection, and acceptance.


The destination for FOB Destination shall be the American Dam Field Office.


Evaluation of Offer - 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: Technical acceptability to meet IBWC requirements; Technical Approach and Past Performance.


Technical Approach - Contractor shall provide a two to three page narrative addressing the items in the SOW. The narrative shall at a minimum include your plan of action, equipment, key team members, and schedule.


Past Performance - Contractor shall provide three (3) references for similar projects. The information shall include name of person, company, phone number, email address, and brief description of the project.


The Government will award a contract resulting from this combined synopsis/solicitation to the lowest price technically acceptable (LPTA), responsible offeror.


Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. NOTE: The offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed at https://www.sam.gov.

The following provisions and clauses apply to this solicitation:


FAR 52.204-7 System for Award Management
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.204-13 System for Award Management Maintenance
FAR 52.212-1 Instructions to Offerors-Commercial Items
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items
FAR 52.212-2 Evaluation-Commercial Items


52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition. Depending on the dollar amount of the awarded contract, inapplicable clauses may be removed prior to award.


FAR 52.203-6
FAR 52.204-10
FAR 52.209-6
FAR 52.219-6
FAR 52.219-14
FAR 52.219-28
FAR 52.222-3
FAR 52.222-19
FAR 52.222-21
FAR 52.222-26
FAR 52.222-35
FAR 52.222-36
FAR 52.222-37
FAR 52.222-40
FAR 52.222-50
FAR 52.223-18
FAR 52.225-13
FAR 52.232-33
FAR 52.222-41
FAR 52.222-42
FAR 52.222-44
FAR 52.222-55


The following additional clauses/provisions are applicable to this requirement. They have the same full force and effects as if provided in full text.


FAR 52.217-8 Option to Extend Services
FAR 52.217-9 Option to Extend the Term of the Contract
FAR 52.232-18 Availability of Funds
FAR 52.237-2 Protection of Government building, equipment and vegetation
FAR 52.252-2 Clauses Incorporated by Reference



FAR provisions and clauses are available for review at http://www.farsite.hill.af.mil.


Offerors shall register or update their registration in the System for Award Management (SAM) database. This registration is required to receive contract award and will facilitate payment. Offers are due for this combined synopsis/solicitation by 2:00 PM Mountain Time on Friday, March 21, 2019. Offers shall be emailed to sylvia.grindstaff@ibwc.gov. NO FAX QUOTES WILL BE ACCEPTED. Please include your DUNS number with your offer.


For information regarding this RFQ contact Sylvia Grindstaff (915) 832-4121 or email Sylvia.Grindstaff@ibwc.gov . END of combined synopsis/solicitation.


Attachments:
Statement of Work (SOW)
Wage Determination 15-5229 (Rev.-7)


Sylvia Grindstaff, Contracting Officer, Phone 9158324121, Email sylvia.grindstaff@ibwc.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP