Posted: May 23, 2023, 2:16 a.m. EDT
The USG is posting the responses to the questions that were recevied after the 14-15 MAy 2023 site visit.
This USG is posting informationon 17 May 2023 that has been released during the site visit of 14-15 May 2023.
The USG will have a site visit for all three locations on or about May 14th and May 15th 2023. All interested parties must send either their National ID, iqama, or passport number and names to linda.a.matos.civ@army.mil by 1500 AST, March 21st 2023. Each Contractor is limited to two employees per site visit. Site vist details and times will be provided to each Contractor after submission ofnames and numbers.
This amendment will contain an updated PWS and PRS and well as the USG response to submitted questions.
RFQ# W519TC-23-R-2008
Aviation Custodial Services
FOR THE OFFICE OF THE PROGRAM MANAGER
SAUDI ARABIA NATIONAL GUARD (OPM-SANG)
- This is a combined synopsis/solicitation for commercial products or commercial services 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.
- The Combined Synopsis/Solicitation Number is: W519TC-23-R-2008. The Combined Synopsis/Solicitation is issued as a Request for Quotation (RFQ). The award will be issued as a FIRM FIXED PRICE award.
- The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, Effective 10/28/2022.
- All responsible sources may submit a proposal.
- This announcement constitutes the only Combined Synopsis/Solicitation; quotations are being requested and no further solicitation will be made.
- The North American Industry Classification System (NAICS) code is 561720 Janitorial Services. Offeror's must be registered in the Central Contractor Registration (SAMS) at http://www.sams.gov, in order to be considered for award.
- Quotes are due via email to the Contract Specialist: linda.a.matos.civ@army.mil with RFQ# W519TC-23-R-2008 in the SUBJECT line by 15:00 SAST 31 May 2023. NO EXCEPTIONS. Cage codes are required with quote submission.
- Question Submission: Interested offerors may submit any questions concerning the solicitation prior to 15:00 SAST 18 January 2023. Questions must be submitted by email to linda.a.matos.civ@army.mil with RFQ# W519TC-23-R-2008 in the subject line. Questions not received within the time or format specified will not be considered. No telephonic requests will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the SAM.GOV website. All questions must be addressed to the Contract Specialist.
- The Government intends to evaluate the quote inclusive of all options.
- Offerors are encouraged to check the SAM.GOV website at http://www.sams.gov for any amendments to this combined synopsis/solicitation.
- In order to be considered for award your quote submission shall contain legible copies of your business license and VAT certificate for the Kingdom of Saudi Arabia. (KSA) Failure to provide the copies of the KSA business license and VAT certificate with your quote submission, shall deem your quote non-responsive and ineligible for award.
- The Office of Program Management Saudi Arabian National Guard is requiring:
Custodial Services: See attached Performance Work Statement.
- Quotes will be submitted in the following format: See attached Quote Format
- The Combined Synopsis/Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-07 Effective September 10, 2021.
The provisions and clauses, which are incorporated herein by reference or full text, apply to this acquisition:
FAR 52.204-7 System for Award Management.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR 52.204-13 System for Award Management Maintenance
FAR 52.204-16 Commercial and Government Entity Code Reporting
FAR 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.204-19 Incorporation by Reference of Representations and Certifications.
FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation.
FAR 52.209-7 Information Regarding Responsibility Matters
FAR 52.209-12 Certification Regarding Tax Matters
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Or Proposed for Debarment.
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-1 Instructions to Offerors - Commercial Items.
FAR 52.212-2 Evaluation- Commercial Items.
(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:
Lowest Price Technically Acceptable
Technical and past performance, when combined, are less significant when compared to 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.
(d) The Government reserves the right to request a management plan from the lowest price offeror to conduct a contractor responsibility determination prior to award.
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items.
FAR 52.212-4 Contract Terms and Conditions.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items.
FAR 52.216-24 Limitation of Government Liability
FAR 52.217-8 Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
FAR 52.217-9 Option to Extend the Term of the Contract.
(a) The Government may extend the term of this contract by written notice to the Contractor within 30 Days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text messaging While Driving.
FAR 52.222-3 Convict Labor.
FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification.
FAR 52232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-1 Payments.
FAR 52.233-2 Service of Protest.
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.252-6 Authorized Deviations in Clauses.
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7006 Billing Instructions.
DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation
DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.204-7019 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
DFARS 252.209-7001 Disclosure of Ownership or Control by a Foreign Government.
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items.
DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items.
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Work Flow Payment Instructions.
DFARS 252.232-7010 Levies on Contract Payments