Window Louver Cleaning, Wilford Hall Ambulatory Surgical Center, JBSA-Lackland

Agency: DEPT OF DEFENSE
State: Texas
Type of Government: Federal
Category:
  • 99 - Miscellaneous
Posted: Apr 5, 2024
Due: Apr 18, 2024
Solicitation No: HT940824Q0008
Publication URL: To access bid details, please log in.
Follow
Window Louver Cleaning, Wilford Hall Ambulatory Surgical Center, JBSA-Lackland
Active
Contract Opportunity
Notice ID
HT940824Q0008
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 05, 2024 08:39 am CDT
  • Original Published Date: Mar 29, 2024 09:04 am CDT
  • Updated Date Offers Due: Apr 18, 2024 01:00 pm CDT
  • Original Date Offers Due: Apr 18, 2024 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 03, 2024
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 9999 - MISCELLANEOUS ITEMS
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    JBSA Lackland , TX 78236
    USA
Description

(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and executed pursuant to FAR Subpart 13.5, 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 acquisition is set aside 100% for small businesses.



(II) Solicitation HT9408-24-Q-0008 is issued as a Request for Quote (RFQ).



(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2022-04.



(IV) This acquisition will utilize full and open competition. The associated NAICS code for this acquisition is 561720, Janitorial Services, Product/Service code is 7349, Building Cleaning and Maintenance Services, Not Elsewhere; Small Business size standard is $22,000,000.



(V) SCHEDULE OF SUPPLIES/SERVICES:




  • CLIN 0001, 1001, 2001, 3001, & 4001 – Window Louver Cleaning - Building B4554, 1100 Wilford Hall Loop in accordance with Atch 1 (Statement of Work).

  • CLIN 0002, 1002, 2002, 3002, & 4002 – Window Louver Cleaning - Building B3352, 2133 Pepperrell St in accordance with Atch 1 (Statement of Work).

  • CLIN 0003, 1003, 2003, 3003, & 4003 – Window Louver Cleaning - Building B7002, 1940 Carswell Ave in accordance with Atch 1 (Statement of Work).





Period of Performance:



Base Period: 05/02/2024 – 05/01/2025



Option Period One: 05/02/2025 – 05/01/2026



Option Period Two: 05/02/2026 – 05/01/2027



Option Period Three: 05/02/2027 – 05/01/2028



Option Period Four: 05/02/2028 – 05/01/2029





(VI) This solicitation is for the procurement of Window Louver Cleaning.



(VII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation, it is amended to read:



A site visit will be conducted on 09 April 2024 at 10:00 a.m. (Central Time). All interested parties will meet at Wilford Hall Ambulatory Surgical Center – 1100 Wilford Hall Loop, Lackland AFB, TX 78236 (meet outside of Starbucks at 1st floor)



All costs associated with this site visit is at the contractor’s expense.



Interested parties must email Ms. Yvette Dluhos at yvette.h.dluhos.civ@health.mil and Ms. La Quita Mox at laquita.l.mox.civ@health.mil if they plan on attending the site visit along with the below base access requirements.





For base access, please email the below access pass requirements NLT 03 April 2024 at 9:00 a.m. (Central Time) to the above POCs. We need the below base access requirements so we can have your base pass ready prior to the site visit. The information is not required for those contractors with existing base passes.



Base access requirements:



- Full name



- Date of Birth,



- Driver's license #/State of issue



- Country of birth





Vendor questions must be received NLT: 11 April 2024, 10:00 a.m. (Central Time)



Offeror shall submit their quotes via email no later than 18 April 2024 at 1:00 p.m. (Central Time) to: Ms. Yvette Dluhos, at yvette.h.dluhos.civ@health.mil and Ms. La Quita Mox, at laquita.l.mox.civ@health.mil.



The government reserves the right to evaluate quotes and award a contract without discussions with offerors.



Quotes shall be evaluated in accordance with FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows:



(a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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: price and technical acceptability.



Evaluation of quotes will be based on Lowest Price Technically Acceptable (LPTA) quote. The Government will rank the quotes lowest to highest. Review of the quotes start with the lowest-priced quote and continue until a technically acceptable is identified.



A price reasonableness approach will be utilized by the Government to determine that the proposed prices offered are fair and reasonable and that unbalanced pricing between CLINs is not occurring. In evaluating price reasonableness, other than cost and pricing data, shall be utilized. Indications of unbalanced pricing will be reflected in the evaluation.



Technical acceptability will be determined by a review, accomplished by the end-user, of the proposed items to ensure each item meets the requirements identified in the attached Statement of Work. Specifications are stated in the attached Statement of Work. Any items missing in the quote, may render the quote unacceptable.



(VIII) The Government intends to establish a one-year base period plus four option periods contract, in accordance with FAR 13.303, to be effective on or about 02 May 2024 to provide window louver cleaning for the Wilford Hall Ambulatory Surgical Center (WHASC) on Joint Base San Antonio (JBSA) Lackland and other buildings within the WHASC area of responsibility as stated in the Statement of Work.



(IX) We invite you to provide a quote by completing the attached Pricing Sheet (Attachment 2) and a capability statement. Please ensure you understand and are able to meet the requirement in accordance with the Statement of Work (Attachment 1).



Firms must be registered in the System for Award Management (SAM) to be eligible for contract award.





(X) Payments under this contract will be processed via Wide Area Workflow (WAWF).



(XI) Option to Extend Services NOV 1999



The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of expiration.



In the event the -8 is exercised, it will be exercised utilizing the prices submitted for the period of performance current at the time it is exercised.



(XII) Option to Extend the Term of the Contract MAR 2000



(a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.



(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.



(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.



(XIII) If a contract is awarded to your firm, it will be prepared in accordance with provisions of the FAR, DFARS and standard procedures contained therein will apply.



(XIV) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications – Commercial Items with their offer. This can be completed electronically at https://sam.gov.



(XV) The clause FAR 52.212-4, Contract Terms and Conditions – Commercial Items in its latest edition applies to this solicitation.



(XVI) The clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Products and Commercial Services in its latest edition applies to this solicitation, to include the following selections:



FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



FAR 52.204-14 Service Contract Reporting Requirements



FAR 52.204-21 – Basic Safeguarding of Covered Contractor Information Systems



FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



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



FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters



FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



FAR 52.222-21 Prohibition of Segregated Facilities



FAR 52.222-26 Equal Opportunity



FAR 52.222-3 Convict Labor



FAR 52.222-35 Equal Opportunity for Veterans



FAR 52.222-36 Equal Opportunity for Workers with Disabilities



FAR 52.222-37 Employment Reports on Veterans



FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act



FAR 52.222-41 Service Contract Labor Standards



FAR 52.222-42 Statement of Equivalent Rates for Federal Hires



FAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment



FAR 52.222-50 Combating Trafficking in Persons



FAR 52.222-54 Employment Eligibility Verification



FAR 52.222-55 Minimum Wages Under Executive Order 13658



FAR 52.222-62 Paid Sick Leave Under Executive Order 13706



FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items



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



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



FAR 52.232-39 Unenforceability of Unauthorized Obligations



FAR 52.233-3 Protest after Award



FAR 52.233-4 Applicable Law for Breach of Contract Claim



(XVII) The following clauses in their latest editions apply to this acquisition:



FAR 52.203-7 Anti-Kickback Procedures



FAR 52.203-17 – Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights



FAR 52.204-13 System for Award Management Maintenance



FAR 52.204-16 – Commercial and Government Entity Code Maintenance



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 Products and Commercial Services



FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts



FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts



FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors



FAR 52.245-1 Government Property



FAR 52.245-9 Use and Charges



FAR 52.252-5 Authorized Deviations in Provisions



DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials



DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights



DFARS 252.204-7003 Control of Government Personnel Work Product



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 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services



DFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.



DFARS 252.206-7000 Domestic Source Restriction



DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials



DFARS 252.223-7008 Prohibition of Hexavalent Chromium



DFARS 252.225-7048 Export-Controlled Items



DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports



DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions



DFARS 252.232-7010 Levies on Contract Payments



DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration



DFARS 252.244-7000 Subcontracts for Commercial Items



DFARS 252.211-7007 Reporting of Government-Furnished Property



DFARS 252.237-7016 Delivery Tickets—Alternate II



DFARS 252.237-7018 Special Definitions of Government Property



DFARS 252.243-7001 Pricing of Contract Modifications



DFARS 252.243-7002 Requests for Equitable Adjustment





Provisions:



FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions



FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions



FAR 52.204-7 System for Award Management



FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment



FAR 52.204-26 Covered Telecommunications Equipment or Services—Representation



FAR 52.209-7 Information Regarding Responsibility Matters



FAR 52.212-2 Evaluation—Commercial Products and Commercial Services



FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services



FAR 52.222-22 Previous Contracts and Compliance Reports



FAR 52.222-25 Affirmative Action Compliance



FAR 52.223-1 Biobased Product Certification



FAR 52.223-4 Recovered Material Certification



DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials



DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services—Representation



DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation



DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements.



DFARS 252.215-7008 Only One Offer





(XVIII) All information relating to this synopsis/solicitation, including, changes/amendments, questions and answers, will be posted on the following website: https://www.sam.gov. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply.











Solicitation Attachments:





1 – Statement of Work – 59 MDW Louver Cleaning 3.27.24



2 – Pricing Sheet








































Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-SAN ANTONIO 7800 W IH-10, STE 235
  • SAN ANTONIO , TX 78230
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Mar 29, 2024[Combined Synopsis/Solicitation (Original)] Window Louver Cleaning, Wilford Hall Ambulatory Surgical Center, JBSA-Lackland
Apr 15, 2024[Combined Synopsis/Solicitation (Updated)] Window Louver Cleaning, Wilford Hall Ambulatory Surgical Center, JBSA-Lackland
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

...Follow Janitorial Services - Fort Bliss National Cemetery -- S201 Active Contract Opportunity... ...

Federal Agency

Bid Due: 6/05/2024

...maintenance (including HVAC, signage and fire extinguisher maintenance, plumbing, electrical fixtures, door... maintenance. ...

DEPT OF DEFENSE

Bid Due: 5/10/2024

...lease term is preferred. The offer must be inclusive of the following: 1. ...

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.