Non-personal Services Janitorial Services for the National Weather Service (NWS) located in Wilmington, North Carolina.

Agency: COMMERCE, DEPARTMENT OF
State: North Carolina
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Apr 4, 2024
Due: Apr 15, 2024
Solicitation No: 1305M324Q0106
Publication URL: To access bid details, please log in.
Follow
Non-personal Services Janitorial Services for the National Weather Service (NWS) located in Wilmington, North Carolina.
Active
Contract Opportunity
Notice ID
1305M324Q0106
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
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-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Apr 04, 2024 07:55 am MDT
  • Original Published Date: Apr 03, 2024 09:46 pm MDT
  • Updated Date Offers Due: Apr 15, 2024 12:00 pm MDT
  • Original Date Offers Due: Apr 15, 2024 12:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 18, 2024
  • Original Inactive Date: Apr 18, 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:
    Fallston , NC 28042
    USA
Description View Changes

UPDATED 52.237-1 Site Visit (Apr 1984)



Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.





(End of provision)





An organized one time site visit will be conducted:



(b) An organized site visit has been scheduled for-



April 11, 2024 at 10 AM local time



(c) Participants will meet at-



National Oceanic Atmospheric Administration (NOAA).



National Weather Service (NWS)



2015 Gardner Drive



Wilmington, NC 28042





A site visit is highly recommended but not required. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Point of Contact for Site Visit - Carl Morgan (910-762-0524 ext 235) (carl.r.morgan@noaa.gov) regarding any questions about the site visit. All questions during the site visit should be submitted electronically to Diana Romero at diana.romero@noaa.gov.





COMBINED SYNOPSIS/SOLICITATION





Non-personal Services Janitorial Services for the National Weather Service (NWS) located in Wilmington, North Carolina.



(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





(ii) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number 1305M324Q0106.





(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 (Feb 2024).





(iv) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 561720. The small business size standard is $22.0.





(v) This combined solicitation/synopsis is for purchase of the following commercial services:





CLIN 0001 – Base Year



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NWS office in Wilmington, NC, in accordance with the Statement of Work. Period of Performance 07/01/2024 through 06/30/2025.





CLIN 1001 – Option Year 1



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NWS office in Wilmington, NC, in accordance with the Statement of Work. Period of Performance 07/01/2025 through 06/30/2026.





CLIN 1002 – Option Year 2



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NWS office in Wilmington, NC, in accordance with the Statement of Work. Period of Performance 07/01/2026 through 06/30/2027.





CLIN 1003 – Option Year 3



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NWS office in Wilmington, NC, in accordance with the Statement of Work. Period of Performance 07/01/2027 through 06/30/2028.





CLIN 1004 – Option Year 4



Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for janitorial services at the NWS office in Wilmington, NC, in accordance with the Statement of Work. Period of Performance 07/01/2028 through 06/30/2029.





(vi) Description of requirements is as follows:



See attached Statement of Work which applies to the Base Year and all Option Years 1 through 4, and Department of Labor Wage Rates: WD 2015-4397, Revision No. 23, dated 12/26/2023, which can be found on: https://sam.gov/content/wage-determinations





INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD.





(vii) Date(s) and place(s) of delivery and acceptance:





Period of performance shall be:



Base Year for a twelve month period 07/01/2024 through 06/30/2025.



Option Period 1 for a twelve month period 07/01/2025 through 06/30/2026.



Option Period 2 for a twelve month period 07/01/2026 through 06/30/2027.



Option Period 3 for a twelve month period 07/01/2027 through 06/30/2028.



Option Period 4 for a twelve month period 07/0/2028 through 06/30/2029.





Place of Performance is:



National Oceanic Atmospheric Administration (NOAA).



National Weather Service (NWS)



2015 Gardner Drive



Wilmington, NC 28042





(viii) FAR provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sept 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.





(ix) FAR provision 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.





(x) FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition and can be found on the Request for Quote form SF18 attachment. Offerors are advised to include a completed copy of the provision with its offer.





(xi) FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition and can be found on the Request for Quote form SF18 attachment.





(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Feb 2024), applies to this acquisition apply can be found in full text on the Request for Quote form SF18 attachment.





(xiii) Any additional contract requirement(s) or terms and conditions that apply can be found on the Request for Quote form SF18 attachment.





(xiv) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.





(xv) Quotes are required to be received in the contracting office no later than 12:00PM MST/MDT on April 15, 2024. All quotes must be submitted electronically via email to Diana Romero at diana.romero@noaa.gov.





(xvi) Any questions regarding this solicitation should be submitted electronically via email to Diana Romero at diana.romero@noaa.gov.





UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION



The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.





(End)





1352.215-72 Inquiries (Apr 2010)



OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO Diana Romero at diana.romero@noaa.gov. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 12:00 pm MST, April 08, 2024. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.





(End of clause)



52.237-1 Site Visit (Apr 1984)



Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.





(End of provision)





An organized one time site visit will be conducted:



(b) An organized site visit has been scheduled for-



April 11, 2024 at 10 AM local time



(c) Participants will meet at-



National Oceanic Atmospheric Administration (NOAA).



National Weather Service (NWS)



2015 Gardner Drive



Wilmington, NC 28042





A site visit is highly recommended but not required. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Please contact Point of Contact for Site Visit - Carl Morgan (910-762-0524 ext 235) (carl.r.morgan@noaa.gov) regarding any questions about the site visit. All questions during the site visit should be submitted electronically to Diana Romero at diana.romero@noaa.gov..



FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)



NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.



1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are required and can be sent to Diana Romero at diana.romero@noaa.gov.



2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.



3. Offerors shall assume that the Government has no prior knowledge of them or their capability.



4. Offerors must provide all evaluation criteria in accordance with FAR 52.212-2. Offerors who do not provide all evaluation criteria will not be accepted.




  1. Technical Acceptability/Capability. Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.

  2. Price.





“THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT”.





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



Offers will be evaluated based on price and the factors set forth in paragraph (a).





(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. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following;



1. Technical Acceptability/Capability. Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address to demonstrate the offeror’s capability to successfully perform the services listed in the Statement of Work. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.



2. Price.



The Government intends to award a low priced, technically acceptable, a single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.



(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)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • 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

...Doc1066046264 Janitorial Services - Albemarle Building The intent of this solicitation is to ...

State Government of North Carolina

Bid Due: 5/13/2024

...Bid Information Type Request for Proposal (Offline) Status Issued Number RFP 24-042 (Janitorial...

Durham County

Bid Due: 6/04/2024

...-0001299 Janitorial/Custodial Services A-B Technical Community College is seeking janitorial/custodial...

State Government of North Carolina

Bid Due: 5/22/2024

...RFP Number Title Starting Closing Status S1-0724 COMMERICAL JANITORIAL SERVICES NEW! 04/23/2024 12:05 ...

City of Wilmington

Bid Due: 5/16/2024

* 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.