CA-WCF-OT-Janitorial Contract

Agency: INTERIOR, DEPARTMENT OF THE
State: Federal
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Mar 27, 2024
Due: Apr 26, 2024
Solicitation No: 140R6024Q0047
Publication URL: To access bid details, please log in.
Follow
CA-WCF-OT-Janitorial Contract
Active
Contract Opportunity
Notice ID
140R6024Q0047
Related Notice
140R6024Q0047
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
BUREAU OF RECLAMATION
Office
GREAT PLAINS REGIONAL OFFICE
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Mar 27, 2024 03:09 pm MDT
  • Original Date Offers Due: Apr 26, 2024 03:30 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 11, 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:
Description
This is a combined synopsis/solicitation 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; quotations are being requested and a written solicitation will not be issued. The agency number is 140R6024Q0047 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03.

This solicitation is a Total Small Business set-aside in accordance with FAR Part 19. The NAICS code for this requirement is 561720 Janitorial Services, with a business size standard of $22 million; PSC is S201 Housekeeping - Custodial Janitorial.

The Bureau of Reclamation, Missouri Basin Region, Oklahoma City Field Office, has a requirement for janitorial services at the Oklahoma City Field Office located at 5924 NW 2nd Street, Suite 200, Oklahoma City, Oklahoma. The work required under the purchase order is to keep the Oklahoma City Field Office clean for use by Reclamation employees and to have a neat appearance representing Reclamation to customers and visitors who enter the building. The contractor must recognize that the timely and accurate performance of these services is a vital and mandatory requirement of the purchase order. In addition to weekly, monthly, semi-annual, and annual janitorial requirements, there is a DAILY janitorial services requirement for the Oklahoma City Field Office, so contractors must have the capability to provide timely daily cleaning services.

See Performance Work Statement (Attachment 1) for full requirements. See Quotation / Price Schedule for required pricing information to be completed by offeror.

It is anticipated the proposed award will result in a Firm Fixed-Price contract, to one contractor.

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

The provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, applies to this acquisition and outlines the specific evaluation criteria in paragraph (a) of that provision.

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with its offer.

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

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition (see attached Clauses & Provisions list for additional FAR clauses cited in this clause that are applicable to this acquisition).

Evaluation Criteria
(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:

1. Technical - Contractor shall furnish a General Work Plan as required in Performance Work Statement (PWS), Paragraph 4.2.
2. Experience - Contractor shall furnish a list (no more than five) of Federal, State, local government, or commercial projects similar in scope, complexity, and magnitude to the work required under this solicitation that the contractor has completed within the last three years as required in PWS, Paragraph 4.3.
3. Past Performance.
4. Price - The total evaluated price will be calculated as the sum of the CLINs' extended prices, including the base, all option CLINs, and the 52.217-8 Option to Extend Services. The Option to Extend Service's price will be calculated by prorating the last option's CLIN price for a period of 6 months.

(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.

Point of Contact
All responsible small business sources that believe they have the capability to meet this need may submit a quotation along with business profile to Howard Heflin at hheflin@usbr.gov by 3:30 PM MST, 26 April 2024, which shall be considered by the agency. Any information received will be treated as market research information for future same or similar requirements.
Attachments/Links
Contact Information
Contracting Office Address
  • FEDERAL BUILDING 2021 4TH AVENUE NORTH
  • BILLINGS , MT 59101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...replacement methods, performing pre and post construction CCTV, cleaning and removing obstructions... are ...

DEPT OF DEFENSE

Bid Due: 4/30/2024

..., performing pre and post construction CCTV, cleaning and removing obstructions, grouting, installing..., ...

DEPT OF DEFENSE

Bid Due: 4/30/2024

...Follow CLOTH,CLEANING Active Contract Opportunity Notice ID N0010424QBR31 Related Notice... CERTAIN MILITARY SPECIFICATIONS, ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

...Follow CLOTH,CLEANING Active Contract Opportunity Notice ID N0010424QBR31 Related Notice... AS CERTAIN MILITARY ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.