Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W15QKN-24-R-5066
Septembber 05, 2024 8:45 AM Editting: 1. Solicitation Number: W15QKN-24-R-5066, RFP Response Date and Time Been Extended From September 05, 2024, at 12:00 PM To: September 06, 2024, at 2:00 PM. Offero...
Septembber 05, 2024 8:45 AM Editting: 1. Solicitation Number: W15QKN-24-R-5066, RFP Response Date and Time Been Extended From September 05, 2024, at 12:00 PM To: September 06, 2024, at 2:00 PM. Offerors please acknowledge on W15QKN-24-R-5066 Amendment 0001 (PDF Document Named W15QKN-24-R-5066 0001) and submitted the sigined amendment copy along with the proposal by the updated required due date/time. 2.W15QKN-24-R-5066, RFP Questions and Responses released, please see the attachment " W15QKN-24-R-5066 Questions and Responses" ////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////// (i) 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number: W15QKN-24-R-5066, issued as a Request for Proposal (RFP). (iii) The Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, Effective 10 October 2019. (iv) This Requirement is 100% set aside for Small Business, NAICS code 561720, Size Standard: $22 Million (v) See Attachment “Solicitation W15QKN-24-R-5066 Released” for a list of requested service years and Contract Line Item Numbers (CLINs Structure). (vi) This Requirement is to procure Level 1 Custodial Services for Johnstown Aviation Support Base, inclusive 3 facilities (PA051, PA052, PA053) and 9 Buildings in Johnstown, PA in support of the 99th Readiness Division. (vii) See Attachment “Solicitation W15QKN-24-R-5066 Released” for period of performance information and delivery terms. The period of performance for this effort shall be a 12-month base period and four, 12-month option periods from date of contract award. (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. See Attachment “Solicitation W15QKN-24-R-5066 Released” for addenda information. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. See Attachment “Solicitation W15QKN-24-R-5066 Released” for addenda information. (x) Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition See Attachment “Solicitation W15QKN-24-R-5066 Released” for addenda information. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (MAY 2024), applies to this acquisition. See Attachment “Solicitation W15QKN-24-R-5066 Released” for additional FAR clauses applicable to the acquisition. (xiii) Additional contract requirements are identified in Attachment “Solicitation W15QKN-24-R-5066 Released”. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating. Not Applicable. (xv) See Attachment “Solicitation W15QKN-24-R-5066 Released” for proposal due date/time, Instructions to Offerors, Site Visit Request Associated Information, Required Insurance Types and Minimum Coverages, how to complete a quote for submittal and method of proposal submission. (xvi) Contact Information Regarding the Solicitation: Contracting Officer, Christina M. Elardo, e-mail: christina.m.elardo.civ@army.mil , Phone: (609) 562-2739 and Contract Specialist, Nancy M. Zeng, e-mail: nancy.m.zeng.civ@army.mil , Phone: (609) 562-5165.