Search Contract Opportunities

Janitorial Services for Temporary Trailer at Nellis Air Force Base

ID: FA930224Q0011 • Type: Synopsis Solicitation

Description

Posted: Jan. 16, 2024, 3:13 p.m. EST

This is a Combined Synopsis/Solicitation for the acquisition of Bi-Weekly (2x a week) Janitorial Services at Nellis Air Force Base. Building size is 72X60. Please see attached Statement of Work for further details.

Period of Performance is 22 January 2024 - 20 September 2024 with 4 Option Years. PoP structure is as follows:

Base Year: 22 January 2024 - 20 September 2024

Option Year 1: 21 September 2024 - 20 September 2025

Option Year 2: 21 September 2025 - 20 September 2026

Option Year 3: 21 September 2026 - 20 September 2027

Option Year 4: 21 September 2027 - 20 September 2028

*** Contractor MUST be able to perform services at Nellis Air Force Base in Nevada, USA ***

(i) This is a combined synopsis/solicitation for 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.

(ii) Solicitation Number: FA930224Q0011 **Please provide the full solicitation number on all packages**

Interested parties who believe they can meet all the requirements for the services described in this synopsis are invited to submit, in writing, a complete quote.

Offerors may utilize the attached SF1449 to complete quote information in addition to a separate quote (in PDF format); ensuring the quote contains information and pricing for all contract line items (CLINs) included on the SF1449. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.

This solicitation is issued as a Request for Quote (RFQ).

(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2023-06 and DFARS Change 12/22/2023 and DAFAC 2023-0707.

(iv) THIS REQUIREMENT WILL BE: Set Aside 100% to Small Businesses. The North American Industry Classification System (NAICS) number for this acquisition is 561720 Janitorial Services with a size standard of $22,000,000.00

(v) Delivery: TBD

(vi) The provision at FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/.

Offerors shall prepare their quotations in accordance with FAR 52.212-1. In addition, the following information shall be included:

PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:

1. SAM UEI:

2. TIN Number:

3. CAGE Code:

4. Contractor Name:

5. Payment Terms (NET 30) or Discount:

6. Point of Contact Name and Phone Number:

7. Email address:

8. Warranty:

9. Date Offer Expires:

10. FOB Destination:

11. Estimated Delivery Lead Time:

12. Completed copy of FAR 52.212-3, Alt I, Offeror Representations and Certifications Commercial Products and Commercial Services (Oct 2014) or - notification that FAR 52.212-3 representations and certifications are available on SAM.gov

(vii) The provision at FAR 52.212-2, Evaluation Commercial Products and Commercial Services (Nov 2021) applies to this acquisition.

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.

***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***

The following factors shall be used to evaluate offers:

Technical capability of the services offered to meet the Government requirement

Your quote package MUST clearly show and demonstrate your company's ability to meet the stated requirements outlined in the attachments. Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.

Price

This award will be made to the vendor whose quote provides the Best Overall Value. To be found technically acceptable, the quote must demonstrate the contractor's ability to provide the services as outlined in the Statement of Work. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Only one award will be made under this solicitation.

Past Performance

Submit at least three instances of providing janitorial services. If you do not have relevant experience to respond as such, the lack of relevant experience will not be looked at positively or negatively but as a neutral.

Experience, for those offers submitting at least three instances of providing janitorial services, will be considered for quality. Quality will be assigned ratings of satisfactory or unsatisfactory, offerors rated unsatisfactory will be found not technically acceptable for experience.

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).

(viii) Offerors shall include completed copies of applicable provisions, which are included in the SF1449. Offers will be considered incomplete if these are not included with the quote.

(iv) The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023), applies to this acquisition.

(x) The clause at FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services (Dec 2023), applies to this acquisition.

(xi) Additional Contract Requirement or Terms and Conditions: Please find a contemplated list of additional provisions/clauses in the attachments; the final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/

(xii) Defense Priorities and Allocation System (DPAS): N/A

(xiii) Quote Submission Information:

It is the government's intent to award without discussions. Therefore, each initial quote should contain the offeror's best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary.

Offers are due by 17 January 2024 at 3:00 PM, Pacific Standard Time (PST).

Offers must be sent via email to both Karla Vazquez (Karla_lizette.vazquez_montes@us.af.mil) AND John Walker (john.walker.68@us.af.mil). No late submissions will be accepted.

(xiv) For additional information regarding this solicitation contact:

Primary Point of Contact:

Karla Vazquez

Contracting Officer

Karla_lizette.vazquez_montes@us.af.mil

Secondary Point of Contact:

John Walker

Contracting Officer

john.walker.68@us.af.mil

Update 16 January 2024 - Question and Answer document uploaded to Attachments/Link section.

Posted: Jan. 12, 2024, 6:27 p.m. EST
Posted: Jan. 12, 2024, 2:10 p.m. EST
Background
This is a Combined Synopsis/Solicitation for the acquisition of Bi-Weekly (2x a week) Janitorial Services at Nellis Air Force Base. The contract requires the contractor to provide janitorial services for Building T-1706 at Nellis Air Force Base in Nevada, USA. The period of performance is from 22 January 2024 to 20 September 2024 with 4 Option Years. The contract is set aside 100% to Small Businesses under NAICS code 561720 'Janitorial Services' with a size standard of $22,000,000.00.

Work Details
The contractor is required to provide biweekly janitorial services for restrooms located at Building T-1706, including cleaning of restroom toilets, floors, sinks/countertops, mirrors, emptying trash, and providing paper products. The contractor must also supply their own cleaning supplies from a list of approved chemicals. The government will evaluate offers based on technical capability, price, past performance, and options. The contractor must submit completed copies of applicable provisions included in the SF1449 with their quote.

Period of Performance
The period of performance is from 22 January 2024 to 20 September 2024 with 4 Option Years: Base Year: 22 January 2024 - 20 September 2024; Option Year 1: 21 September 2024 - 20 September 2025; Option Year 2: 21 September 2025 - 20 September 2026; Option Year 3: 21 September 2026 - 20 September 2027; Option Year 4: 21 September 2027 - 20 September 2028

Place of Performance
The contractor shall perform the services at Building T-1706, Nellis Air Force Base, Nevada.

Overview

Response Deadline
Jan. 17, 2024, 6:00 p.m. EST Past Due
Posted
Jan. 12, 2024, 2:10 p.m. EST (updated: Jan. 16, 2024, 3:13 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Nellis AFB, NV United States
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
The solicitation is open for 5 days, below average for the Air Force Test Center. 71% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 1/12/24 Air Force Test Center issued Synopsis Solicitation FA930224Q0011 for Janitorial Services for Temporary Trailer at Nellis Air Force Base due 1/17/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 561720 (SBA Size Standard $22 Million) and PSC S201.
Primary Contact
Name
Karla Vazquez   Profile
Phone
None

Secondary Contact

Name
John Walker   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA930224Q0011

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA930224Q0011

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation FA930224Q0011

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA930224Q0011

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA930224Q0011

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA9302 AFTC PZIE
FPDS Organization Code
5700-FA9302
Source Organization Code
500020370
Last Updated
Jan. 24, 2024
Last Updated By
karla_lizette.vazquez_montes@us.af.mil
Archive Date
Jan. 24, 2024