One-Time Deep Cleaning

Agency: DEPT OF DEFENSE
State: Maryland
Type of Government: Federal
Category:
  • S - Utilities and Training Services
Posted: Apr 29, 2024
Due: May 7, 2024
Solicitation No: W91ZLK-24-R-0018
Publication URL: To access bid details, please log in.
Follow
One-Time Deep Cleaning
Active
Contract Opportunity
Notice ID
W91ZLK-24-R-0018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
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 (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 29, 2024 03:38 pm EDT
  • Original Published Date: Apr 16, 2024 03:39 pm EDT
  • Updated Date Offers Due: May 07, 2024 03:00 pm EDT
  • Original Date Offers Due: May 07, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 22, 2024
  • Original Inactive Date: May 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: S201 - HOUSEKEEPING- CUSTODIAL JANITORIAL
  • NAICS Code:
    • 561720 - Janitorial Services
  • Place of Performance:
    Gunpowder , MD 21010
    USA
Description

ONE-TIME DEEP CLEANING



Combined Synopsis/Solicitation





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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 (22 December 2023).



The solicitation number for this requirement is W91ZLK-24-R-0018. This solicitation issued as a Small Business Set Aside under the associated North American Industry Classification System (NAICS) Code 561720 Janitorial Services and 561790 Other Services to Buildings and Dwellings. The Government contemplates the award of a Firm-Fixed-Price (FFP) contract. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5, Simplified Procedures for Certain Commercial Items. Contractor shall provide a price to perform the requirements of the attached Statement of Work (SOW).



One-Time Deep Cleaning period of performance thirty (30) days from time of award.



Place of performance shall be at JPEO-CBRND, Building 5101, APG, (South) Maryland.



There will be an open site visit starting 22 April 2024 to 26 April 2024 the hours are from 8 a.m. to 4 p.m. No site visits will be conducted before or after this date range. The POC for the site visits are Robert Foote at robert.c.foote26.civ@army.mil, and Timothy Wittman at timothy.e.wittman.civ@army.mil.





INSTRUCTIONS AND INFORMATION TO OFFERORS:



52.212-1 Instruction to Offerors Commercial Items/Services



This clause applies in its entirety and there are currently no addenda to the provision.



The provision at FAR 52.212-2 - Evaluation -- Commercial Items, 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. The lowest price technically acceptable (LPTA) process described in FAR 15.101-2 will be used, meaning the award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. In order to be considered technically acceptable, Contractor responses must provide:



All submissions shall be made in U.S. dollars.



This clause applies in its entirety and there are currently no addenda to the provision.



Proposals shall be submitted in two (2) separate volumes:





Volume I TECHNICAL/MANAGEMENT PROPOSAL: - One-Time Deep Cleaning W91ZLK-24-R-0018.



1. The contractor shall demonstrate relevant experience, which the quote includes detailed



resumes for all contractor personnel and contains the following:



a. Detailed information showing that the Contractor is able to meet the performance requirements of the Statement of Work;



b. Point of contact name and contact information, company CAGE code, DUNS number, and UEI. Partial quotes will not be evaluated by the Government.



Volume II PRICE: One-Time Deep Cleaning - W91ZLK-24-R-0018.



Price proposals shall include Firm Fixed Pricing for a thirty-day period. The Price Volume shall clearly identify the proposed firm-fixed price unit prices with all estimated totals for CLINs. Proposals shall be submitted on the CLIN structure below.



Item Description Estimated Quantity Amount



0001 One-Time Deep Cleaning FFP 1 Job $___________





ALL PROPOSALS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE:



Proposal Format: Volume II: Detailed Price Proposal not to exceed 10 pages



1. Header Page Company Name, UEI, CAGE, Business Type/Size, ETN# and point of contact information to include: Name, title, email address, and telephone number including extension if applicable.



2. Proposed Firm Fixed Price for the thirty-day period:



3. This requirement shall be awarded on the basis of Lowest Priced Technically Acceptable. The offerors quote shall consist of the following documents:



All evaluated quotes shall be rated Technically Acceptable or Unacceptable. In order to be considered for an award, a rating of acceptable must be achieved in each factor and sub factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services:



FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition.



Acceptability of proposals will be based on meeting all of the requirements of the Statement of Work (SOW). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.



52.212-3 Offeror Representations and Certifications -- Commercial Items.



All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered.



Vendors may register with SAM by going to www.sam.gov



The offeror shall include a point of contact name and contact information, company CAGE code, UEI, and TIN.



Partial quotes will not be evaluated by the Government.



All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM online for free at www.sam.gov.



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



The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: www.acquisition.gov



FAR 52.252-1 - Solicitation Provisions Incorporated by Reference.



This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: www.acquisition.gov



52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).



Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).



52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).



52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017).



52.204-7, System for Award Management (Oct 2016).



52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016).



52.215-1, Instructions to Offerors—Competitive Acquisition (Jan 2017).



52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements—Commercial Item Acquisition (Feb 2007).



52.217-5, Evaluation of Options (Jul 1990).



52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note).



52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021).



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021).



52.204-26, Covered Telecommunications Equipment or Services-Representation. (Oct 2020).



52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note).



52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313).



52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (MAY 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161).



52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644).



52.219-28, Post Award Small Business Program Representation (July 2013) (15 U.S.C. 632(a)(2)).



52.222-3, Convict Labor (June 2003) (E.O. 11755).



52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212).



52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).



52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).



52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).



52.232-33, Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332).



52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).



52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).



52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).



52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—



(i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note).



(ii) 52.219-8, Utilization of Small Business Concerns (Jul 2013) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.



(iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.



(iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246).



(v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212).



(vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793).



(vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.



(viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).



(ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)).



Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)).



(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.).



(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.).



(xii) 52.222-54, Employment Eligibility Verification (JUL 2012).



(xiii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).



(xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.



(xv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.



While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.



52.217- 9 Option to Extend the Terms of the Contract (Nov 1999



EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.



SUBMISSION PROCEDURES:



All questions regarding this solicitation must be submitted to the Contract Specialist Lesha Moore and the Contracting Officer Gregory Jamison via email no later than 1500 p.m. Eastern Time, 1 May 2024 to lesha.n.moore.civ@army.mil or gregory.j.jamison.civ@army.mil.



Responses to this solicitation must be signed, dated, and received no later than 1500 or 3:00 p.m. Eastern Time, 7 May 2024. Responses must be sent by email directly to the Contract Specialist Lesha Moore and the Contracting Officer Gregory Jamison at lesha.n.moore.civ@army.mil or gregory.j.jamison.civ@army.mil.



TELEPHONE REQUESTS WILL NOT BE HONORED.



ATTACHMENTS:



Combine Syn/Sol



SOW



Site Visit (included in solicitation above)


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 16, 2024[Combined Synopsis/Solicitation (Original)] One-Time Deep Cleaning
May 3, 2024[Combined Synopsis/Solicitation (Updated)] Annual Deep Cleaning
May 7, 2024[Combined Synopsis/Solicitation (Updated)] Annual Deep Cleaning
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

...: Product Service Code: Z2AA - REPAIR OR ALTERATION OF OFFICE BUILDINGS NAICS ...

DEPT OF DEFENSE

Bid Due: 6/03/2024

...20892 USA Description View Changes This notice is a combined synopsis/solicitation for commercial... ...

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 5/23/2024

...- MISCELLANEOUS ITEMS NAICS Code: 811310 - Commercial and Industrial Machinery and Equipment ...

Federal Agency

Bid Due: 3/14/2025

* 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.