Dining Hall & Gym Cleaning Services

Agency:
State: South Dakota
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Jan 25, 2024
Due: Jan 31, 2024
Publication URL: To access bid details, please log in.
Follow
Dining Hall & Gym Cleaning Services
Active
Contract Opportunity
Notice ID
W50S9624QA011
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7N0 USPFO ACTIVITY SDANG 114
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) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 24, 2024 05:54 pm CST
  • Original Published Date: Jan 12, 2024 04:24 pm CST
  • Updated Date Offers Due: Jan 31, 2024 02:00 pm CST
  • Original Date Offers Due: Jan 31, 2024 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 15, 2024
  • Original Inactive Date: Feb 15, 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:
    Sioux Falls , SD 57104
    USA
Description View Changes

Amendment 1 is for the following:



1. Site Visit notes



2. Questions & Answers



3. Revised PWS



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation. The attached solicitation documents and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-06. This combined synopsis/solicitation is set-aside 100% for small business. North American Industrial Classification Standard 561720 applies to this solicitation; business size standard is $22 Million.



The South Dakota Air National Guard (SDANG) intends to issue a firm fixed price contract for non-personal janitorial services for cleaning of the dining hall and gym in support of the 114th Fighter Wing (114FW).



Background: The 114FW Dining Hall is located in building 60 and the Base Gym is located in building 63 of the SDANG Base in Sioux Falls, South Dakota. The dining facility is dedicated to providing full lunch meal service and other meals as required and the base gym is dedicated to providing a full range of physical fitness equipment to meet the fitness requirements of Department of Defense (DoD) personnel. Contractor tasks would include, but are not limited to, cleaning facilities, equipment and utensils, handling supplies and equipment, and maintaining quality control. Dining Hall Cleaning Services may be required up to 12 weekends a year, normally on Regularly Scheduled Drill (RSD) weekends. Dining Hall Cleaning Services are usually required for Saturday and Sunday of each RSD weekend but may be required other days of the week due to mission requirements. Gym Cleaning Services are required once per week on days of the week and times of the day which are to be mutually agreed upon by the Contractor and the Contracting Officer Representative (COR) after award of the contract.



** Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.



Period of Performance (PoP): The Period of Performance shall be one Base Period of 12 months and four potential 12 month Option Periods.



See attached Performance Work Statement (PWS) for additional specifications and requirements.



Site Visit: All interested parties are invited to attend a site visit at 10:00 am CST on Tuesday, January 23, 2024. Site visit attendance is not mandatory; however, offerors are expected to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance to the extent that information is reasonably obtainable. Advanced coordination and submission of required documentation two days prior to the event is required for access to the installation. Please coordinate your attendance by immediately contacting Gregory Johnson at gregory.johnson.99@us.af.mil or 605-988-5431. Information discussed at any site visit shall not change/qualify the terms and conditions of the solicitation and specifications and all terms and conditions remain unchanged unless amended in writing. All site visit information will be released to all eligible offerors on a non-attribution basis.



Questions: All questions must be in writing and directed to Gregory Johnson at gregory.johnson.99@us.af.mil and Jeremiah Minter at jeremiah.minter@us.af.mil. Questions must be submitted no later than three business days prior to quote due date or may not be considered. Do not contact other Government personnel as this will only delay receipt of answers. All questions and the answers will be provided to offerors on a non-attribution basis via an amendment to the solicitation. All terms and conditions remain unchanged unless amended in writing.



Preparing and Submitting your Quote: Offerors shall submit their quotes to gregory.johnson.99@us.af.mil and jeremiah.minter@us.af.mil prior to the closing date and time of the solicitation. It is the responsibility of the offeror to ensure their quote is received in its entirety prior to the closing of the solicitation. To facilitate the most expeditious and equitable evaluation process possible offerors must use the attached Quote Sheet to provide the following: Contractor Data, Past Performance, and Price Schedule. The Contracting Officer may determine an offer noncompliant with the terms and conditions of the solicitation if the contractor does not provide the information listed above. Please make quotes valid for a minimum of 60 days.



Evaluation: 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 (i.e.: best value) based upon an integrated assessment of the following evaluation factors: Past Performance and Price. Offerors are cautioned that award may not necessarily be made to the lowest priced offeror.



Past Performance: The past performance evaluation will assess the relative risks associated with an offeror's likelihood of success in fulfilling the solicitation's requirements as indicated by the offeror's record of past performance. The offeror shall provide up to three references using the Past Performance tab on the attached Quote Sheet for recent work performed which is relevant to the complexity, size, and scope of the instant solicitation requirements. The Government reserves the right to obtain past performance information from any available source besides those specified and may contact customers other than those identified by the offeror when evaluating past performance. Present and past performance shall be evaluated as a measure of the Government’s confidence in the offeror’s ability to successfully perform based on previous and current contract or project efforts. If an offeror has no record of relevant past performance the offeror may not be evaluated favorably or unfavorably on past performance.



Price: The Government will evaluate offers by adding the total of all line item prices found within the Price Schedule tab on the attached Quote Sheet in accordance with 52.217-5. The total evaluated price will be the sum of all contract line items, which includes all option periods. 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). The price must be determined as fair and reasonable by the Contracting Officer prior to award.



Evaluation of Option to Extend Services under 52.217-8. For the purposes of the award of the resulting contract, the Government intends to evaluate the option to extend services, provided under FAR 52.217-8, as follows: The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but for no more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at time of award. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all offers relative to each other, and will not affect the ranking of offers based on price, unless, after reviewing the offers, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8.



Wage Determination (WD): Wage Determination 2015-5369 (Rev.-21) posted 12/26/2023 for Minnehaha County in South Dakota is currently applicable. Wage Determinations can be found at https://sam.gov/content/wage-determinations . The current prevailing WD will be incorporated at time of award. In the event the current prevailing WD is changed, offerors/contractors will be given a reasonable opportunity to provide revised proposals solely to amend pricing due to WD changes. This does not constitute and shall not be construed as discussions.



System for Award Management (SAM): Your company must have an active status in SAM.gov within 2 weeks of notification of potential award. If not already registered in SAM, go to www.sam.gov to register prior to submitting a quote. For assistance with your SAM registration, go to https://www.aptac-us.org/find-a-ptac/ to find a local Procurement Technical Assistance Center (PTAC) near you.



Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB.



Offerors must comply with the following Provisions and Clauses, which are incorporated herein by reference:



FAR 52.204-7 System for Award Management;



FAR 52.204-9 Personal Identity Verification of Contractor Personnel;



FAR 52.204-10 Reporting Executive Compensation;



FAR 52.204-13 System for Award Management Maintenance;



FAR 52.204-16 Commercial and Government Entity Code Reporting;



FAR 52.204-17 Ownership or Control of Offeror;



FAR 52.204-18 Commercial and Government Entity Code Maintenance;



FAR 52.204-19 Incorporation by Reference of Representations and Certifications;



FAR 52.204-20 Predecessor of Offeror;



FAR 52.204-22 Alternative Line Item Proposal;



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



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



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



FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation;



FAR 52.204-27 Prohibition on a Byte Dance Covered Application;



FAR 52.204.29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosure;



FAR 52.204-30 Federal Acquisition Supply Chain Security Act Orders-Prohibition;



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



FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations;



FAR 52.212‐1 Instructions to Offerors—Commercial Items;



FAR 52.212‐2 Evaluation—Commercial Items;



FAR 52.212‐3 Alternate I, Offeror Representations and Certifications—Commercial Items;



FAR 52.212‐4 Contract Terms and Conditions—Commercial Items;



FAR 52.212-5 DEV Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items;



FAR 52.217-5 Evaluation of Options;



FAR 52.217-8 Option to Extend Services;



FAR 52.217-9 Option to Extend the Term of the Contract;



FAR 52.219-1 Small Business Program Representations;



FAR 52.219‐6 Notice of Total Small Business Set–Aside;



FAR 52.219-28 Post Award Small Business Program Representation;



FAR 52.222-3 Convict Labor;



FAR 52.222‐21 Prohibition of Segregated Facilities;



FAR 52.222-22 Previous Contracts and Compliance Reports;



FAR 52.222-25 Affirmative Action Compliance;



FAR 52.222-26 Equal Opportunity;



FAR 52.222-36 Equal Opportunity for Workers With Disabilities;



FAR 52.222-41 Service Contract Labor Standards;



FAR 52.222-42 Statement of Equivalent Rates;



FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment;



FAR 52.222-50 Combating Trafficking in Persons;



FAR 52.222-55 Minimum Wages Under Executive Order 13658;



FAR 52.223-2 Affirmative Procurement of Bio Based Products;



FAR 52.223-5 Pollution Prevention and Right to Know Information;



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



FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation;



FAR 52.225‐13 Restrictions on Certain Foreign Purchases;



FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications;



FAR 52.232-1 Payments;



FAR 52.232-18, Availability of Funds;



FAR 52.232-19, Availability of Funds for the Next FY;



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



FAR 52.232-39 Unenforceability of Unauthorized Obligations;



FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors;



FAR 52.233-2 Service of Protest;



FAR 52.233‐3 Protest After Award;



FAR 52.233‐4 Applicable Law for Breach of Contract Claim;



FAR 52.237-1 Site Visit;



FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation;



FAR 52.243-1 ALT I Changes – Fixed Price;



FAR 52.244-6 Subcontracts for Commercial Items;



FAR 52.246-1 Contractor Inspection Requirements;



FAR 52.252-1 Solicitation Provisions Incorporated by Reference;



FAR 52.252‐2 Clauses Incorporated by Reference;



FAR 52.252-6 Authorized Deviations in Clauses;



DFARS 252.201-7000 Contracting Officer’s Representative;



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



DFARS 252.203‐7002 Requirement to Inform Employees of Whistleblower Rights;



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



DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls;



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 252.204-7016 Covered Defense Telecommunications Equipment of Services-Representation;



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



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 252.204-7024 Notice on the Use of the Supplier Performance Risk System;



DFARS 252.209-7999 DEV Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law;



DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials;



DFARS 252.223-7008 Prohibition of Hexavalent Chromium;



DFARS 252.225-7001 Buy American and Balance of Payments Program;



DFARS 252.225-7002 Qualifying Country Sources as Subcontractors;



DFARS 252.225-7048 Export-Controlled Items;



DFARS 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime;



DFARS 252.225-7059 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region;



DFARS 252.225-7060 Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation;



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 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel;



DFARS 252.243-7001 Pricing of Contract Modifications, DFARS 252.244-7000, Subcontracts for Commercial Items;



DFARS 252.247‐7023 Transportation of Supplies by Sea.



Provisions and Clauses for this synopsis/solicitation can be found in full text at http://www.acquisition.gov/. Additional required clauses other than those listed above may be included as Addenda on the award document.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO FOR SDANG DO NOT DELETE 1201 W ALGONQUIN ST
  • SIOUX FALLS , SD 57104-0264
  • 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

...SERVICE Office GREAT PLAINS AREA INDIAN HEALTH SVC Looking for contract opportunity help? ...

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/12/2024

...FOREST SERVICE Office USDA-FS, CSA INTERMOUNTAIN 4 Looking for contract opportunity help? (opens... ...

AGRICULTURE, DEPARTMENT OF

Bid Due: 5/01/2024

* 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.