Posted: Aug. 23, 2023, 2:14 p.m. EDT
***UPDATE 23AUG2023: A Revised Performance Work Statement dated 22AUG2023 is attached to this notice. This PWS supercedes the previous version. Responses to Requests for Information has also been attached to this notice.
_______________________________________________________________________
This is a combined synopsis/solicitation for commercial products or commercial services 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; quotations are being requested and a written solicitation will not be issued.
This Solicitation No. W9128A23Q0008 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 23-04.
This requirement is a Small Business Set-Aside. The associated North American Industry Classification code (NAICS) for this procurement is 561720 Janitorial Services. The small business size standard for this NAICS code is $22,000,000 annual average revenue. The Government intends to award a firm-fixed price services purchase order as a result of this solicitation.
Site Visit Information
An organized site visit has been scheduled for August 17, 2023 at 10:00 AM, Hawaii Standard Time. Please download Site Visit Meeting Map attached to this announcement. Participants will meet at:
3-2600 Kaumualii Hwy, # D-10
Lihue, Kauai 96766
Submission Requirements
Each offeror must submit the following documents electronically in PDF format. Failure to submit all required documents electronically in PDF format may cause the offeror to be ineligible for award.
1. Quotation Coversheet: Include the Name, Address, UEI Number, CAGE Code, Telephone and Facsimile Numbers of the Offeror. Names, Titles, Telephone Numbers, and Email Addresses of persons authorized to negotiate on the Offeror's behalf with the Government in connection to this solicitation. Name, Title, and Signature of the person who is authorized to sign the quotation.
2. Quotation Schedule (see template attached to this announcement)
3. Technical Approach Narrative
Evaluation Criteria
The Government will evaluate to determine whether the Offeror's quotation complies with the submission requirements in the paragraph above. The Government will make an award to the contractor offering the lowest priced, technically acceptable offer. The Government will make award to the responsible offeror whose quotation conforms to the solicitation terms and conditions. The Government reserves the right to award on the initial quotation without discussions or to conduct one-on-one discussions with one or more offerors to clarify issues relating to scope, pricing, and responsibility. Quotations shall be evaluated as either acceptable' or unacceptable' on the basis of the following criteria:
Technical Approach: The Offeror shall provide, at a minimum, a narrative description that includes the following:
- Describe how it will perform 25% of the work as the prime contractor.
- Describe how it will perform weekly schedule of janitorial services.
- If the janitorial services are not performed by the Offeror itself, describe how the Offeror will comply with Paragraph 3.6.7 of the Performance Work Statement.
- Describe how it will maintain an adequate workforce to complete work in accordance with the time and quality standard specified in the Performance Work Statement.
An Offeror will be considered acceptable' is its quotation meets the minimum requirements of the Technical Approach evaluation criteria stated above. An offeror will be considered unacceptable' if it fails to meet the minimum requirements of the Technical Approach evaluation criteria stated above.
Additional Instructions to Offerors
Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website. The Government will only award a purchase order to an offeror actively registered in the SAM database. To register in SAM, go to http://www.SAM.gov. Please do not send SAM representations and certifications. The Government will refer to offeror's Representations and Certifications in SAM.gov.
All questions regarding the solicitation shall be submitted via email to colin.k.waki@usace.army.mil and kent.a.tamai@usace.army.mil no later than Tuesday, 22 August 2023, 2:00 PM Hawaii Standard Time.
All quotations shall be submitted via email to colin.k.waki@usace.army.mil and kent.a.tamai@usace.army.mil by Wednesday, 30 August 2023, 2:00 PM Hawaii Standard Time. All offerors are requested to provide quotations valid for a minimum of 45 days.
Project Description: This is a non-personal services contract to provide janitorial services for a military recruiting station on the island of Kauai, Hawaii. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform janitorial services in accordance with the PWS entitled, Janitorial Services for a Military Recruiting Station, Island of Kauai, Hawaii, dated 31 July 2023.
The period of performance shall be for a base period of 12-months, four (4) 12-month option years, and one (1) 6-month option to extend services.
The SCA Wage Determination No. 2015-5691, Revision No. 19 is applicable to this solicitation.
The following provisions and clauses are hereby incorporated:
The full text of FAR provisions and clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far
The full text of DFARS provisions and clauses may be accessed electronically at: https://www.acquisition.gov/dfars
In accordance with FAR 13.101(2), the following solicitation provisions apply to this acquisition:
- 52.204-7 System for Award Management OCT 2018
- 52.204-16 Commercial and Government Entity Code Reporting AUG 2020
- 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
- 52.204-26 Covered Telecommunications Equipment or Services--Representation OCT 2020
- 52.209-7 Information Regarding Responsibility Matters OCT 2018
- 52.212-1 Instructions to Offerors--Commercial Products and Commercial Services MAR 2023
- 52.212-3 (Dev) Offeror Representations and Certifications - Commercial Products and Commercial Services (Deviation 2023-O0002) DEC 2022
- 52.212-3 Alt I (Dev) Offeror Representations and Certifications - Commercial Products and Commercial Services (Deviation 2023-O0002) Alternate I OCT 2014
- 52.217-5 Evaluation Of Options JUL 1990
- 52.219-1 (Dev) Small Business Program Representations (Deviation 2023-O0002) MAR 2023
- 52.219-1 Alt I (Dev) Small Business Program Representations (Deviation 2023-O0002) Alternate I SEP 2015
- 252.204-7007 Alternate A, Annual Representations and Certifications MAY 2021
- 252.204-7016 Covered Defense Telecommunications Equipment or Services -- Representation DEC 2019
- 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation MAY 2021
- 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements MAR 2022
In accordance with FAR 13.101(2), the following contract clauses apply to this acquisition:
- 52.204-13 System for Award Management Maintenance OCT 2018
- 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020
- 52.204-19 Incorporation by Reference of Representations and Certifications.DEC 2014
- 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment NOV 2021
- 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015
- 52.212-4 Contract Terms and Conditions--Commercial Products and Commercial Services DEC 2022
- 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (Deviation 2018-O0021) JUN 2023
- 52.217-8 Option To Extend Services NOV 1999
- 52.217-9 Option To Extend The Term Of The Contract MAR 2000
- 52.222-3 Convict Labor JUN 2003
- 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 2014
- 52.222-50 Combating Trafficking in Persons NOV 2021
- 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020
- 52.232-40 Providing Accelerated Payments to Small Business Subcontractors MAR 2023
- 52.233-3 Protest After Award AUG 1996
- 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
- 252.201-7000 Contracting Officer's Representative DEC 1991
- 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
- 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DEC 2022
- 252.204-7003 Control Of Government Personnel Work Product APR 1992
- 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting JAN 2023
- 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services JAN 2023
- 252.204-7020 NIST SP 800-171 DoD Assessment Requirements JAN 2023
- 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
- 252.232-7010 Levies on Contract Payments DEC 2006
- 252.243-7001 Pricing Of Contract Modifications DEC 1991
Posted: Aug. 9, 2023, 2:01 p.m. EDT
Posted: July 31, 2023, 4:51 p.m. EDT