The RFP Database
New business relationships start here

Janitorial services at the National Weather Service Pocatello, ID


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

COMBINED SYNOPSIS/SOLICITATION
Janitorial service at the National Weather Service Weather Forecast Office located in Pocatello, ID

(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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation.


(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1333MH19QNWWT0019.


(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02.


(IV) This solicitation is being issued as a woman-owned small business set-aside. The associated NAICS code is 561720. The small business size standard is $18.0M.


OFFERORS MUST BE REGISTERED AT CERTIFY.SBA.GOV IN ADDITION TO SAM.GOV TO BE ELIGIBLE FOR AWARD



(V) This combined solicitation/synopsis is for purchase of non-personal services to provide all labor, tools, materials, and equipment necessary to perform janitorial services at the National Weather Service Weather Forecast Office located at 1945 Beechcraft Ave., Pocatello, ID 83204 for the following periods of performance:


Line Item 0001 - Base Period of performance: July 1, 2019 through June 30, 2020
Line Item 1001 - Option 1 Period of performance: July 1, 2020 through June 30, 2021
Line Item 2001 - Option 2 Period of performance: July 1, 2021 through June 30, 2022
Line Item 3001 - Option 3 Period of performance: July 1, 2022 through June 30, 2023
Line Item 4001 - Option 4 Period of performance: July 1, 2023 through June 30, 2024


(VI) Description of requirements is as follows:
See attached Statement of Work within the SF-1449 form for complete details. Also, Department of Labor Wage Rates apply for Bannock County, ID: WD 15-5509 (Rev.-7), dated 12/26/2018, and can be found on beta.sam.gov.


(VII) Dates and place of delivery and acceptance: 1945 Beechcraft Ave., Pocatello, ID 83204. Services shall be provided on an ongoing basis three times per week July 1 2019 through June 30, 2020, and July through June of 2020, 2021, 2022, 2023, and 2024, respective to the base or option period.


Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.


(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2018), applies to this acquisition. This is a Best Value acquisition.


NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.


1. Quotes shall be fully executed and returned on the Standard Form (SF) 1449 or your own company quote form.
a)    If the quote is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.


2. Submit quotes to the office specified in this solicitation at or before the time specified in the solicitation. E-mail quotes are acceptable and preferred, and shall be sent to Jen Brown, jen.brown@noaa.gov. Quotes may also be faxed to Jen Brown at 801-524-5246. The contractor is encouraged to confirm receipt of the quote by calling Jen Brown at 801-524-5125 x239 or by sending an email.


3. At a minimum the contractor shall provide the following information:
a)    Point of contact name, telephone, and e-mail address.
b)    DUNS Number
c)    Capabilities statement to address use of biobased products and recovered materials, management capability, and past performance. If there is no relevant past performance, affirmatively state that there is no relevant past performance history.
d)    Three relevant references with a minimum of the name and phone number of the reference contact.


PRE-BID SITE VISIT: All vendors are strongly encouraged to attend a Site Visit.
To request a site visit, contact Vern Preston or Stephanie MacLean, Phone: 208-232-9306, email: vernon.preston@noaa.gov or stephanie.maclean@noaa.gov at least 24 hours in advance of your desired time.


Vendors 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. In no event shall failure to inspect the site constitute grounds for a claim after contract award.


(IX) FAR 52.212-2, Evaluation-Commercial Items, applies. The following factors shall be used to evaluate offers:
(i) Past performance
(ii) Management capability, including, but not limited to, timely invoicing practices and communication practices
(iii) Use of Biobased products and recovered materials
(iv) Price
(v) Compliance with solicitation requirements


(X) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, must be completed and included with the quote.


(XI) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEVIATION 2017-02), applies to this acquisition.


(XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2017-02), applies to this acquisition. The additional FAR clauses applicable to the acquisition are provided in the SF 1449 documentation.


(XIII) Additional terms and conditions that apply to this acquisition are detailed in the SF 1449 attachment.


(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply.


(XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. Mountain Daylight Time on Tuesday, June 25, 2019. All quotes must be faxed or emailed to the attention of Jen Brown. The fax number is (801) 524-5246 and email address is jen.brown@noaa.gov.


(XVI) Any questions regarding this solicitation should be directed to Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-524-5125 x239.


 


Jen Brown, Support Services Specialist, Phone 801-524-5125 x239, Email jen.brown@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP