United States - Janitorial Services - Baldwin, MI. USDA Forest Service: Baldwin Ranger District Office

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
19 November 2019
Opportunity publication date
22 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 21, 2019 12:19 pm

This is a combined synopsis/solicitation for commercial items 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.

This solicitation is issued as a Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2019-6, 9/10/19.
This procurement is a total small-business set aside. The NAICS code is 561720 and the Small Business Size Standard is $19.5 million.
DESCRIPTION OF REQUIREMENT:
The Huron-Manistee National Forests announces an opportunity for janitorial service at the Baldwin Ranger District Office. The contractor shall furnish all labor, supervision, transportation, equipment, supplies and incidentals necessary to complete the required janitorial services, in accordance with the attached Statement of Work, for the Huron-Manistee National Forests' Baldwin Ranger District Office located at 650 N Michigan Ave Baldwin, MI 49304.
The Government intends to award a fixed price contract for a base period and up to four option years. The estimated start date is January 1, 2020.
The scope of this work is continuous janitorial service for one office building and a warehouse. The main office is a single-story structure approximately 10,000 sq. ft. consisting of office space, four restrooms, four conference rooms, one reception area and one break room. The flooring has both carpet and hard surfaces; with approximately 80% carpeted. The floors consist of approximately 8,000 sq. ft. of carpet and the remaining flooring is a combination of ceramic tile, vinyl tile, and slate. Walls are painted drywall. There are approximately 25 full time employees with an estimate of 15 summer seasonal employees.
The warehouse consists of 1,000 sq. ft. exercise room and two bathrooms - approx. 60 sq. ft. each with painted cement floors including shower, sink and a toilet.
Inspection of the building prior to submitting quotation is recommended. To schedule a site visit at the Baldwin Ranger District Office please contact Mickey Knorr at (231) 745-4631 x5828.
SCHEDULE OF ITEMS:
DESCRIPTION QTY UNIT UNIT PRICE TOTAL PRICE
Item 1- Base Period: January 1, 2020 - May 31, 2020 5 Months
Item 2- Option Year 1: June 1, 2020 - May 31, 2021 12 Months
Item 3- Option Year 2: June 1, 2021 - May 31, 2022 12 Months
Item 4- Option Year 3: June 1, 2022 - May 31, 2023 12 Months
Item 5- Option Year 4: June 1, 2023 - May 31, 2024 12 Months
(See OFFER SUMBISSION PACKAGE attachment for Schedule of Items to be completed for offer submission as well as other requirements.)

Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the solicitation's closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred.
Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award.
All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP.
ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at erin.garcia@usda.gov. Questions and answers will be posted to FBO.gov/beta.SAM.gov. It is the contractor's responsibility to remain up to date on all available Q&A's as well as any potential resulting amendments. All questions must be received no later than three days prior to solicitation close date, or the government is under no obligation to review and/or address the questions.
Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far.
52.212-2 EVALUATION - COMMERCIAL ITEMS (OCT 2014)
(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. The following factors shall be used to evaluate offers:
o Contractor's Technical Capability;
o Biobased Purchasing;
o Experience and Qualifications;
o Past Performance;
o Quality Control Plan & Safety Plan; and
o Price, inclusive of all option years
In accordance with FAR 15.304, all other evaluation factors when combined, are significantly more important than cost or price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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.
The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the evaluation criteria since an order may be issued on the basis of information received, without further discussion.
Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation.

To Be Considered Responsive, contractor must submit the following with offer:
(1) Completed Schedule of Items, with pricing for base period plus four option years include Offeror name, address, DUNS number, telephone number and name of contact person. Offers shall be submitted for the total item. Offers for less than the total item will not be considered. All items are subject to Contractor Quality Control;
(2) Offeror must respond to the other factors as described under FAR 52.212-2 Evaluation - Commercial Items (OCT 2014). Award will be made on the best value for the Government. Evaluation of options shall not obligate the Government to exercise the options. It is the Governments' intent to make one contract award;
(3) Offeror must submit representations in FAR 52.209.11;
(4) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov; and
(5) Offeror must submit Quality Control Plan and Safety Plan; (See Quality Control Plan and Safety in Statement of Work).
All offers must be received by 4:00 pm Eastern on November 19, 2019.
Offers may be hand delivered or be mailed to:
USDA Forest Service
Attn: Erin Garcia - 12569R20Q0002
412 Red Apple Road
Manistee, MI 49660.
Offers may be delivered electronically to erin.garcia@usda.gov, SUBJ: 12569R20Q0002
If submitting via e-mail please note that file size limitations, formatting, or other problems may hamper receipt so please verify that the contracting officer has received your quote. Incomplete offers will not be accepted.
Contact Erin Garcia at erin.garcia@usda.gov or (231) 723-2211 x3149 with general and technical questions concerning this solicitation.
See Combined Synopsis-Solicitation and attachments for further information.

Opportunity closing date
19 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Agriculture R-9 Lake States Acquisition Team (LSAT) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?