Search Contract Opportunities

Janitorial Services   4

ID: 140R2024Q0120 • Type: Solicitation

Description

Posted: Aug. 30, 2024, 3:44 p.m. EDT
This Amend 002 is to answer vendor questions (see Attachment 9), make correction to PWS (see revision 2), and provide square footage break down (see Attachment 8).
All vendors need to read the RFQ in full along with FAR Provisions 52.212-1 & 52.212-2.
Addendum to 52.212-1 - Instruction to Offerors-Commercial Products and Commercial Services: Paragraph (b), entitled Submission of Offers, :
The quotation must be prepared in accordance with the instructions in this section, providing all required documents and information in the format specified. The quotation shall clearly and concisely describe the offeror's response to the requirements of the solicitation.
Offers shall be submitted via electronic mail only. Submit signed and dated offer at or before the offer due date. To send offer via electronic mail all documents must be scanned in .pdf (Acrobat) format and emailed to ctikotsky@usbr.gov.
Quoter shall submit, at a minimum, the following documents with quotes/offers:
1. Completed Pages 3.
2. Completed FAR Clause 52.212-3, Offeror s Representations and Certifications if not already completed in SAM.gov.
3. Pricing Schedule (Attachment 1) Filled out and completed in accordance with the RFQ.
4. Technical documentation - In response to the technical factors and subfactors stated in FAR 52.212-2.
Note: Proposals that do not have the above minimum will not be evaluated.
(End of provision)
Addendum 52.212-2 - Evaluation-Commercial Products and Commercial Services: The Government will award a Purchase Order to the responsible offeror as determined from the results of the comparative evaluation of quotes received in response to this solicitation in evaluating technical, price and past performance. Offerors may submit multiple quotes to show different lead times and pricing options. The following factors shall be used to evaluate offers:
Factor 1: Technical:
Subfactor 1: Adherence to the tasks in the Performance Work Statement and accompanying schedule.
Subfactor 2: Key Personnel - Onsite Supervisor per the PWS.
Subfactor 3: Compliance of proposed cleaning materials that meet the standards of clause 52.208-9 and specifications listed in the PWS. For a list of approved products visit website https://www.biopreferred.gov/BioPreferred/faces/catalog/Catalog.xhtml, select Custodial Services and then Cleaning Supplies .
Subfactor 4: Labor Mix The Contractor shall provide Number of People, Hourly Rate, and Position used to accomplish the PWS.
Factor 2: Past Performance - Past performance will be verified using data from the Contractor s Performance Assessment Rating System, FPDS-NG, Contracting Officer s knowledge of and previous experience with the service being acquired, customer surveys, and any other reasonable basis.
Factor 3: Price - All proposed prices will be evaluated for price reasonableness and any instances of unbalanced pricing. Price analysis techniques at FAR 13, including the use of a comparative evaluation, will be used to determine the best offer.
In accordance with FAR 13.106-2(b)(3), the quotes will undergo a comparative evaluation to determine which vendor provides the best value to the government.
(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).
(End of provision)
Posted: Aug. 27, 2024, 11:39 a.m. EDT
Posted: Aug. 12, 2024, 5:37 p.m. EDT
Background
The Bureau of Reclamation, part of the U.S. Department of the Interior, is seeking to award a Firm-Fixed Price Purchase Order for janitorial services at the Folsom Dam located at 7794 Folsom Dam Road, Folsom, CA 95630.

This contract is essential for maintaining cleanliness and hygiene in various buildings within the facility, which supports the Bureau's mission of managing water resources and providing reliable water supply.

Work Details
The contractor shall provide all personnel, labor, equipment, materials, tools, supplies, supervision, and management necessary to perform janitorial services.

The scope includes cleaning multiple buildings with specific square footage as follows:
- American River Water Education Center (5,000 sq ft)
- Sheriffs (3,400 sq ft)
- Security Monitoring (800 sq ft)
- MPCO (2,880 sq ft)
- Entry Control (200 sq ft)
- Administrative (4,930 sq ft)
- Engineer’s (3,200 sq ft)
- Environmental (4,320 sq ft)
- Information Technology (2,880 sq ft)
- Civil Maintenance (3,200 sq ft)
- Property/Procurement (1,560 sq ft)
- Warehouse Restroom Only (30 sq ft)
- Electrical Shop/C&I Shop (3,000 sq ft)
- Supervisor Bldg. (1,430 sq ft)
- Mechanical Shop (794 sq ft).

Services must adhere to commercial standards and comply with local, state, and federal laws. The work schedule will be between 6:00 PM and 12:00 AM from Monday to Friday except on federal holidays. The contractor will also be responsible for providing all cleaning supplies and equipment necessary for the performance of work.

Period of Performance
The contract period will consist of one base period from October 1, 2024 through March 31, 2025 and four option periods extending through March 31, 2029.

Place of Performance
Folsom Dam Road, Folsom, CA 95630

Overview

Response Deadline
Sept. 4, 2024, 1:00 p.m. EDT (original: Aug. 28, 2024, 1:00 p.m. EDT) Past Due
Posted
Aug. 12, 2024, 5:37 p.m. EDT (updated: Aug. 30, 2024, 3:44 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$22 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
High
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
On 8/12/24 USBR California-Great Basin Region, Sacramento CA issued Solicitation 140R2024Q0120 for Janitorial Services due 9/4/24. 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
Tikotsky, Chelsea   Profile
Phone
(916) 978-5459

Documents

Posted documents for Solicitation 140R2024Q0120

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation 140R2024Q0120

Award Notifications

Agency published notification of awards for Solicitation 140R2024Q0120

Contract Awards

Prime contracts awarded through Solicitation 140R2024Q0120

Incumbent or Similar Awards

Contracts Similar to Solicitation 140R2024Q0120

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation 140R2024Q0120

Similar Active Opportunities

Open contract opportunities similar to Solicitation 140R2024Q0120

Additional Details

Source Agency Hierarchy
INTERIOR, DEPARTMENT OF THE > BUREAU OF RECLAMATION > MP-REGIONAL OFFICE
FPDS Organization Code
1425-00020
Source Organization Code
100185781
Last Updated
Sept. 19, 2024
Last Updated By
fbms_acq@ios.doi.gov
Archive Date
Sept. 19, 2024