Search Contract Opportunities

National Agricultural Library Facility Operations and Maintenance   2

ID: 1232SA24Q0028 • Type: Synopsis Solicitation

Description

Posted: March 12, 2024, 3:02 p.m. EDT

This solicitation has been amended. The purpose of Amendment 4 for solicitation 1232SA24Q0028 is to extend the submission due date to 3/26/2024 at 12:00 pm EST. Attachment 6 Questions and Answers Amendment 4 includes this updated information.

--------------------------------------------------------------------------------------------------------------

This solicitation has been amended. The purpose of Amendment 3 for solicitation 1232SA24Q0028 is to extend the submission due date to 3/20/2024 at 12:00 pm EST and includes the following documents: Attachment 6 Questions and Answers Amendment 3 and Attachment 7 CLIN Structure Template Amendment 3. The amendment also includes and replaces the previous versions of the following documents:

1232SA24Q0028 Continuation Sheet Amendment 3

Attachment 1 Performance Work Statement Amendment 3

Attachment 3 Pricing Schedule Amendment 3

--------------------------------------------------------------------------------------------------------------

This solicitation has been amended. The purpose of Amendment 2 for solicitation 1232SA24Q0028 is to extend the submission due date to 3/19/2024 at 2:00 pm EST.

--------------------------------------------------------------------------------------------------------------

This solicitation has been amended. The purpose of Amendment 1 for solicitation 1232SA24Q0028 is to incorporate FAR provision 52.237-1 Site Visit and Section E.1.1 Site Visit Information for Vendors into the solicitation on document 1232SA24Q0028 Continuation Sheet Amendment 1 and change the comment and question submission period to 3/8/2024 at 4:00 pm EST.

--------------------------------------------------------------------------------------------------------------

The U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), National Agricultural Library (NAL) has a need for facility operations and maintenance support services at 10301 Baltimore Avenue, Beltsville, MD 20705.

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; quotes are being requested and a written solicitation will not be issued.

This combined synopsis/solicitation is issued as a request for quotation (RFQ). This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-01.

NAICS for this procurement is: 561210 Facilities Support Services; $47 million. This requirement is set aside for competition limited to eligible 8(a) participants.

The following is a list of the line items for the anticipated services for this solicitation: See Attachment 7 CLIN Structure Table Amendment 3

See Attachment 1 Performance Work Statement for a description of the services required.

Ordering Period: The ordering period for this IDIQ shall be five years from the effective date.

Place of Performance: National Agricultural Library (NAL), 10301 Baltimore Ave, Beltsville, MD 20705

The provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, applies to this acquisition.

Communication Regarding this Solicitation: Any questions or comments regarding this solicitation shall be submitted through email to sarah.zhang@usda.gov NLT 3/8/2024 at 4:00pm EST. Any questions or comments regarding this solicitation will not be addressed after this date.

Vendors shall submit quotes via email to sarah.zhang@usda.gov with a subject line of Quote: 1232SA24Q0028-NAL O&M Support Services , for receipt no later than 3/26/2024 at 12:00pm EST. Only those quotes received by this date and time will be considered for award. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. Vendor SAM.gov registration shall be active at quote submission and time of award.

Instructions to Vendors

Responses must include the following items:

Please provide a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with vendor quote submission. Providing an electronic copy of this information as shown on the vendor's active SAM.gov registration is acceptable; however, all information required in 52.212-3 must be included in this copy.

Cover page: The cover page shall include the company name, point of contact, address, telephone number, e-mail address, RFQ number, vendor SAM.gov UEI number, and Commercial and Government Entity (CAGE) code. Additionally, a signed acknowledgement of amendments (applicable only if any amendments are issued against this solicitation). The information contained in the cover page shall not be included in the technical section submittal including company names and logos.

Technical Section Submittal: The technical section submittal shall address the information required in evaluation factor 1 and be organized based on each subfactor. This submittal should be specific, detailed, and complete enough to clearly and fully demonstrate understanding of the requirements and inherent problems associated with the objectives of this procurement. Quotes which merely paraphrase the requirements of the Government's performance work statement or use such phrases such as standard procedures will be employed and well-known techniques will be used will be considered unacceptable and may not be considered further.

Past Performance Section Submittal: The past performance section submittal shall address the following information in this section. Vendors must submit a description of two past or current contracts performed that are similar to this requirement in terms of size, scope, and type of work performed.

Price Section Submittal: Vendors shall provide a completed Price Schedule utilizing Attachment 3 Pricing Schedule or providing a separate submittal including all the information requested in Attachment 3 Pricing Schedule. No pricing information shall be submitted with the technical section submittal. Any technical information included in the price section submittal will not be considered and evaluated.

Page Limitations: Pages that exceed the following page limitations for each section will not be considered and evaluated. Pages will be evaluated in the order they are received. Do not provide blank pages. A page is defined as one side of a sheet of paper. Do not use less than 10 pt font size.

-Technical Section:

-Technical Capability: Not to exceed seven pages.

-Personnel: Not to exceed two pages per resume, for a maximum of six pages. The commitment letter is not to exceed one page for each candidate for a maximum of three pages. Not to exceed a total of nine pages for this factor.

-Past Performance: Not to exceed two pages per project, for a maximum of four pages.

Only the required minimum amount of information is requested to provide for proper evaluation. Efforts should be made to keep quotes as brief as possible, concentrating on substantive information essential for proper evaluation. All information submitted shall be current as of the month this RFQ was issued and shall be specific and complete. The quote shall be prepared in a format compatible with PC and capable of being viewed using commonly available software such as Microsoft Office or Adobe Reader.

EVALUATION FACTORS FOR AWARD

General Evaluation Information

Award will be based on the following evaluation factors; Technical: Technical Capability and Personnel, Past Performance, and Price. Evaluation will be made only on acceptable quotes. A quote is acceptable if it conforms to all items requested under the above section Instructions to Vendors, otherwise it is unacceptable. The contract will be established with the Vendor whose quote represents the best value to the Government. The Government will determine best value based on evaluation of price and non-price factors; however, the Government will not establish a contract at a significantly higher evaluated price to achieve only slightly superior performance capabilities. Non-price factors when combined are more important than price. If necessary, the Government will negotiate the final terms of the contract with the selected vendor. If USDA does not reach an agreement, USDA may contact one or more vendors that have submitted quotes to negotiate. The Government reserves the right to not conduct negotiations with other vendors unless it decides that it is in its best interests to do so. The Government reserves the right to make an award based on initial quotes submitted.

52.212-2 Evaluation Commercial Products and Commercial Services (Nov 2021)

(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:

Technical Factors: Technical Capability and Personnel, Past Performance, and 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.

(End of provision)

Factor 1: Technical Factors

Subfactor 1: Technical Capability

The technical approach needs to demonstrate an understanding of the technical requirements and level of effort needed to successfully complete this work. Provide a description of the technical approach that will be used for this contract including the following:

  1. Safety plan
  2. Proposed inspection and maintenance schedules
  3. Proposed reporting schedule
  4. Quality control plan

Subfactor 2: Personnel

Provide resumes for key personnel assigned to this contract. Key personnel include Project Manager, Lead Building Maintenance/Stationary Engineer, and Senior Building Maintenance/Stationary Engineer. Resumes shall be evaluated to determine past experience and similar experience to determine the quality of the experience and how it relates to this requirement. Candidates proposed as key personnel shall be available at the beginning of the ordering period and a commitment letter signed by both the vendor and the candidate shall be submitted for each candidate. The commitment letter shall reflect the candidate's intention and willingness to perform in the event the vendor is awarded the contract.

Project Manager shall have a minimum of three (3) years of experience and demonstrated capacity in the delivery of building maintenance services similar in nature, scope and complexity as described in the PWS.

Lead Engineer shall have a minimum of ten (10) years of experience providing building maintenance services similar in nature, scope, and complexity as described in the PWS. Required experience: heating boiler operation, HVAC equipment operation, maintenance and general building maintenance as listed in the PWS.

Senior Engineer shall have a minimum of five (5) years of experience providing building maintenance services similar in nature, scope, and complexity as described in the PWS. Required experience: heating boiler operation, HVAC equipment operation, maintenance and general building maintenance as listed in the PWS.

Adjectival Rating Table

Vendor's technical section submittals will be evaluated based on the rating system as provided in this table.

Adjectival Rating and Description

Exceptional

Greatly exceeds all minimum requirements of the criteria; has a high probability of success; contains no weaknesses or deficiencies.

Good

Exceeds all the minimum requirements of the criteria; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist.

Acceptable

Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected.

Marginal

Fails to meet one or more of the minimum requirements of the criteria; low probability of success; major weaknesses and/or significant number of deficiencies exist.

Unacceptable

Fails to meet any of the minimum requirements of the criteria; proposal needs major revisions; very low probability of success.

Factor 2: Past Performance

Past performance shall be evaluated to determine the extent to which it demonstrates experience likely to result in satisfactory performance. Past performance shall be rated as either Pass or Fail . Vendors that do not possess a record of past performance that is similar in size, scope, and complexity of the requirement will receive a Neutral rating. The Government may consider past performance information from individual contract references and in the aggregate. In evaluating Past Performance, the Government reserves the right to use information provided by the vendor and any additional information obtained from other sources known or identified by the Government such as the Contractor Performance Assessment Reporting System (CPARS). For any projects listed that may report less than a positive performance, you are encouraged to provide a description of the problems and efforts made to correct and prevent future occurrences. To be eligible for award, Past Performance must not be evaluated as Fail .

Price

Vendors shall provide the services in a price-effective manner and demonstrate value in their quote. Price reasonableness will be determined in accordance with FAR 13.106-3. The pricing for the final year of the five-year ordering period will be used as the pricing evaluation for any options exercised under FAR clause 52.217-8. Vendors are encouraged to consider providing pricing discounts within their quote.

Clause 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition.

Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. Please see all additional applicable FAR clauses cited in clause 52.212-5 within the attached 1232SA24Q0028 Continuation Sheet.

The Contracting Officer has determined additional applicable terms and conditions including, clauses and provisions, are necessary for this requirement and consistent with customary commercial practices. Please see all additional applicable terms and conditions for this requirement within the attached 1232SA24Q0028 Continuation Sheet.

The following attachments are applicable to this solicitation:

  • 1232SA24Q0028 Continuation Sheet - Amendment 3
  • Attachment 1 Performance Work Statement - Amendment 3
  • Attachment 2 Collective Bargaining Agreement
  • Attachment 3 Pricing Schedule Amendment 3
  • Attachment 4 Quality Assurance Surveillance Plan (QASP)
  • Attachment 5 SCA Wage Determination
  • Attachment 6 Questions and Answers Amendment 4
  • Attachment 7 CLIN Structure Table Amendment 3
Posted: March 12, 2024, 1:09 p.m. EDT
Posted: March 11, 2024, 10:27 a.m. EDT
Posted: Feb. 29, 2024, 7:14 a.m. EST
Posted: Feb. 26, 2024, 8:39 a.m. EST
Background
The U.S. Department of Agriculture (USDA), Agricultural Research Service (ARS), National Agricultural Library (NAL) requires facility operations and maintenance support services at 10301 Baltimore Avenue, Beltsville, MD 20705. 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 requirement is set aside for competition limited to eligible 8(a) participants.

Work Details
The solicitation includes a list of line items for the anticipated services, such as NAL Facilities Operation and Maintenance Support Services, Snow Removal Services, Emergency Work Services, and Additional Task Work. The Performance Work Statement details the specific tasks to be performed under each service category, including monthly and annual service requirements for battery chargers, batteries, electrical tests, visual and mechanical inspections of various equipment, emergency work parameters, government-furnished items, service provider-furnished items, abbreviations and acronyms used in the contract.

Period of Performance
The ordering period for this IDIQ shall be five years from the effective date. Each task order awarded under this contract shall not exceed the specified period of performance for each CLIN.

Place of Performance
The contract will be performed at National Agricultural Library (NAL), 10301 Baltimore Ave, Beltsville, MD 20705.

Overview

Response Deadline
March 26, 2024, 12:00 p.m. EDT (original: March 12, 2024, 10:00 a.m. EDT) Past Due
Posted
Feb. 26, 2024, 8:39 a.m. EST (updated: March 12, 2024, 3:02 p.m. EDT)
Set Aside
8(a) (8A)
Place of Performance
Beltsville, MD United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Time And Materials
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 2/26/24 Agricultural Research Service issued Synopsis Solicitation 1232SA24Q0028 for National Agricultural Library Facility Operations and Maintenance due 3/26/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC M1AZ.
Primary Contact
Name
Sarah E. Zhang   Profile
Phone
None

Secondary Contact

Name
Lorrie Leedy   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 1232SA24Q0028

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 1232SA24Q0028

Award Notifications

Agency published notification of awards for Synopsis Solicitation 1232SA24Q0028

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 1232SA24Q0028

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 1232SA24Q0028

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 1232SA24Q0028

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 1232SA24Q0028

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS AFM APD
FPDS Organization Code
12H2-1232SA
Source Organization Code
500022476
Last Updated
April 10, 2024
Last Updated By
sarah.zhang@usda.gov
Archive Date
April 10, 2024