DDSP Exterior Window and Facade Cleaning
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items; a... 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items; as supplemented with additional information included in this notice, and in conjunction with the Federal Acquisition Regulations (FAR) Subpart 13.5 Simplified Procedures for Certain Commercial Items.. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-19-Q-0035. This request is being issued by contracting office SP3300: DLA Distribution Susquehanna, 430 Mifflin Ave, New Cumberland, PA 17070. 2. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-01 effective 22 January 2019 (updated with Class Deviation: 2019-O0005), and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20181221 (effective 21 December 2018) edition, and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 19-03 (Revised January 7, 2019). FAR: https://www.acquisition.gov/browsefar DFARS: https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ DLAD: http://www.dla.mil/HQ/Acquisition/Offers/DLAD.aspx 3. This RFQ is being issued to establish a firm-fixed price contract for Exterior Building and Window Cleaning for building 430 at DLA Distribution Susquehanna, PA. The contractor shall provide all labor, equipment, tools, materials, replacement parts, and supervision necessary to perform Exterior Building and Window Cleaning services on the Government-owned building. The services shall be performed in accordance with the Performance Work Statement (PWS) provided at Attachment 1. Any award resulting from this RFQ will be issued on a Standard Form (SF) 1449. 4. This RFQ is issued as a 100% Small Business Set-Aside under North American Industry Classification System (NAICS) code for this acquisition is 561790, and the size standard is $7,500,000 and a PSC of S201. 5. Period of Performance: Base Year: 1 April 2019 - 31March 2020 Option Year 1: : 1 April 2020 - 31 March 2021 Option Year 2: : 1 April 2021 - 31 March 2022 Option Year 3: : 1 April 2022 - 31 March 2023 Option Year 4: : 1 April 2023 - 31 March 2024 6. In accordance with FAR 52.204-7 System for Award Management (OCT 2018), (a) An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. This includes a Joint Venture. (b) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address exactly as stated in the offer. The Offeror also shall enter its EFT indicator, if applicable. The unique entity identifier will be used by the Contracting Officer to verify that the Offeror is registered in the SAM. (c) If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for establishment of the unique entity identifier directly to obtain one. Please reference the clause for more information. Contractor shall type company name, address, and CAGE code exactly as it appears in the DoD System for Award Management (SAM) Database. Company Name: _________________________________ Contractor POC: _________________________________ Company Address: _________________________________ _________________________________ _________________________________ Telephone: _________________________________ CAGE Code: _________________________________ EMAIL _________________________________ 7. This requirement is subject to the Service Contract Act. Wage Determination No. 2015-4245 Revision No. 6 dated 7/17/2018 is provided as Attachment 3. 8. Pursuant to FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, the following data is provided for informational purposes only and is not a Wage Determination. The Wage Grade equivalent to this position is as follows: Laborer/Window Cleaner = $15.91 per hour (WG-2, Step 2) 9. Invoicing And Payment - Invoicing and Payment will be made via Wide Are WorkFlow (WAWF). Reference DFARS Clause 252.232-7003 and DFARS 252.232-7006 of the RFQ. 10. Place Of Performance: DLA Distribution SUSQUEHANNA, Building 430, New Cumberland, PA 17070. 11. Site Visit: Please reference Addenda to FAR 52.212-1 Instructions to Offerors for information. 12. Mark Contract Number On All Correspondence - The Contractor must mark the contract or purchase order number on all paperwork and shipments. The order number must appear on the exterior of the shipment. Failure to follow these instructions will hold up payment and could result in the return of merchandise at contractor's expense. 13. Organizational Conflict Of Interest 1. The contractor shall be ineligible from participation as a contractor, subcontractor, or consultant in any procurement arising or resulting from any of the services provided to DLA on this contract. This restriction includes providing services to any potential bidders on such procurements. The contractor shall not incorporate its product or services in any Performance Work Statement or specification unless directed to do so in writing by the Contracting Officer. 2. If the contractor, in the performance of this contract, obtains access to information such as plans, policies, reports, studies, financial data, internal data, or any other non-public information or information by the Privacy Act, the contractor agrees not to release such information without prior written approval from the Contracting Officer. The use of such information for personal gain is prohibited. 3. In addition, the contractor agrees that to the extent it receives or is given access to proprietary data, or other confidential or privileged technical, business, or financial information under this contract, it shall treat such information in accordance with any restrictions imposed on such information. 14. Illegal Items Not Authorized On Federal Installation Illegal drugs, guns or other contraband are not authorized on this Federal installation. It is the contractor's responsibility to ensure that its employees working on-site at this installation are U. S. citizens or legal aliens with no outstanding warrants. This installation is manned by a DoD Police Force who possesses apprehension authority, which includes holding suspects for local authorities. The local authorities can issue a citation that charges the individual with a specific offense and requires the individual to appear before a Federal Magistrate. This agency processes illegal aliens in accordance with INS instructions. 15. Management Of Contractor Employees The Contractor personnel are employees of the Contractor and under the administrative control and supervision of the Contractor. The Contractor, through its personnel, shall perform the tasks prescribed in the Performance Work Statement/Performance Work Statement. The Contractor shall select, supervise, and exercise control and direction over its employees under this contract. The Contractor shall not supervise, direct, or control the activities of the Government personnel or the employee of any other contractor, except any subcontractor employed by the Contractor on this contract. The Government shall not exercise any supervision or control over the Contractor in the performance of contractual services under this contract. The Contractor is accountable to the Government for the actions of its personnel. 16. Questions shall be submitted in writing by 2:00 PM EST on February 25, 2019 via e-mail to: Edward.ruud@dla.mil. Quotes submissions are due by 2:00 PM EST on March 5, 2019. Please send via e-mail to: Edward.ruud@dla.mil, and include solicitation number SP3300-19-Q-0035 - Exterior Building and Window Cleaning in the subject line. 17. Please reference the Schedule of Supplies/Services for this procurement is included as Attachment 2 to this RFQ. Offers must be submitted for contract line items (CLINs) X001, X002, and X003 to be evaluated for a single contract award. Offers that do not quote on or cannot perform line items X001, X002, and X003 shall not be considered. Please refer to Attachment 2 for the Schedule of Supplies/Services. Interested contractors shall follow the instructions below at Addenda to FAR 52.212-1 to complete the total price for each CLIN and total yearly price in the Schedule of Supplies/Services. This contract will include FAR Clause 52.217-8 Option to Extend Services. CLINs 5001, 5002, and 5003 are established for implementation of this clause. For evaluation purposes, the Government will calculate the price of these CLINs by taking half of the offeror's quoted price for CLINs 4001 and 4002 and the full quoted price for CLIN 4003. The total price for CLINs 5001, 5002 and 5003 will then be added to the vendor's total contract price for evaluation purposes.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »