Search Contract Opportunities

KP Janitorial Services

ID: W50S7H20R0003 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W50S7H20R0003 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This requirement is under NAICS 561720. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-06, effective 05 June 2020 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20200605 dated 05 June 2020. It is the contractors' responsibility to be familiar with applicable clauses and provisions.

The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following service: KP Janitorial Services in accordance with the attached Performance Work Statement (PWS). The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement.

Attachment 1 Performance Work Statement Dated 20 May 2020

Attachment 2 CLIN Pricing Sheet

Attachment 3 Wage Determination WD#2015-5153 v10, Dated 23 December 2019

Period of Performance: Shall be 30 Days after receipt of award for a period up to 12 months. Plus, three separate 12 month option periods.

Basis of Award: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) completion of Attachment 2 CLIN Pricing Sheet and (2) detailed description of services being offered in accordance with the Performance Work Statement and (3) Past Performance of previous, relevant or similar Janitorial Services contained within the Performance Work Statement.

This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. The Government intends to make a single award.

Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov . Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor.

Deadline for receipt of your quote is established for no later than 12:00 P.M. CDT, Tuesday, July 7, 2020. Please email quote to usaf.ms.172-aw.mbx.contracting@mail.mil and adam.h.surkin.mil@mail.mil.

SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/.

The following FAR and DFARS provisions and clauses apply to this solicitation:

FAR 52.204-7, System for Award Management

FAR 52.204-8, Annual Representations and Certifications

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 52.204-21, Basic Safeguarding of Covered Contractor Information Systems

FAR 52.204-22, Alternative Line Item Proposal

FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

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 52.212-3, Offeror Representations and Certifications Commercial Items

FAR 52.212-4, Contract Terms and Conditions Commercial Items

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition:

52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations

52.219-28, Post Award Small Business Program Rerepresentation

52.222-3, Convict Labor

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers with Disabilities

52.222-50, Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33, Payment by Electronic Funds Transfer - System for Award Management

52.233-3, Protest after Award

52.233-4, Applicable Law for Breach of Contract Claim

FAR 52.217-5, Evaluation of Options

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors

FAR 52.252-1, Solicitation Provisions Incorporated by Reference

FAR 52.252-2, Clauses Incorporated by Reference

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 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls

DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting

DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

DFARS 252.223-7008, Prohibition of Hexavalent Chromium

DFARS 252.225-7000, Buy American Balance of Payments Program Certificate

DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel

DFARS 252.225-7048, Export-Controlled Items

DFARS 252.232-7003, Electronic Submission of Payment Requests

DFARS 252.232-7006, Wide Area Workflow Payment Instructions

DFARS 252.232-7010, Levies on Contract Payments

DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

DFARS 252.244-7000, Subcontracts for Commercial Items

DFARS 252.247-7023, Transportation of Supplies by Sea

Contracting Office Address:

172 MSG/MSC

141 Military Drive

AW-30

Jackson, MS 39232

Primary Point of Contact:

Adam Surkin 601-405-8656

adam.h.surkin.mil@mail.mil

Secondary Point of Contact:

Donna Phillips 601-405-8341

donna.m.phillips32.mil@mail.mil

Overview

Response Deadline
July 7, 2020, 1:00 p.m. EDT Past Due
Posted
June 23, 2020, 8:36 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Flowood, MS 39232 United States
Source

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Signs of Shaping
63% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/23/20 Department of the Army issued Synopsis Solicitation W50S7H20R0003 for KP Janitorial Services due 7/7/20. 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
Adam Surkin   Profile
Phone
(601) 405-8656

Secondary Contact

Name
Donna Phillips   Profile
Phone
(601) 405-8341

Documents

Posted documents for Synopsis Solicitation W50S7H20R0003

Opportunity Assistant

Contract Awards

Prime contracts awarded through Synopsis Solicitation W50S7H20R0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W50S7H20R0003

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W50S7H20R0003

Experts for KP Janitorial Services

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NH USPFO ACTIVITY MSANG 172
FPDS Organization Code
2100-W50S7H
Source Organization Code
500044223
Last Updated
July 22, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 22, 2020