Janitorial Services for Temporary Trailer at Nellis Air Force Base

Agency:
State: Nevada
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159145876877647
Posted Date: Jan 17, 2024
Due Date: Jan 17, 2024
Source: Members Only
Follow
Janitorial Services for Temporary Trailer at Nellis Air Force Base
Active
Contract Opportunity
Notice ID
FA930224Q0011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE TEST CENTER
Office
FA9302 AFTC PZZ
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Jan 16, 2024 12:13 pm PST
  • Original Published Date: Jan 12, 2024 11:10 am PST
  • Updated Date Offers Due: Jan 17, 2024 03:00 pm PST
  • Original Date Offers Due: Jan 17, 2024 03:00 pm PST
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 24, 2024
  • Original Inactive Date: Jan 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Nellis AFB , NV
    USA
Description View Changes

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.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 661 277 4503 5 SOUTH WOLFE AVE BLDG 2800
  • EDWARDS AFB , CA 93524-1185
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >