SITE VISIT JULY 29TH @ 10:00 AM. Please send a list of attendees ASAP to Gain Base Entrance.This is a combination synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.The solicitation number is: W50S6M-21-Q-0002. The solicitation is issued as a request for quotation (RFQ). Quotes shall be valid 30 calendar days after the close of the solicitation.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05.This solicitation is set aside for Small Business and associated NAICS code 561720 with the following small business standard $ 19.5 Million.ITEM NO SUPPLIES/SERVICES QUANTITY UNIT PRICE AMOUNT01
Janitorial Service 12 Month $_____ $_______per Attached PWS 1 Sep 2021 –30 August 202202 Janitorial Service 12 Month $_____ $_______per Attached PWS 1 Sep 2022 –30 August 202303 Janitorial Service 12 Month $_____ $_______per Attached PWS 1 Sep 2023 –30 August 202404 Janitorial Service 12 Month $_____ $_______per Attached PWS 1 Sep 2024 –30 August 202505 Janitorial Service 12 Month $_____ $_______per Attached PWS 1 Sep 2025 –30 August 2026Description of Items to be acquired Documents to be included: In order to be considered to award, offerors shall provide (1) a quote on company letterhead including the company DUNS #, detailing the items description, unit price per item, total price and shall be valid for at least 30 days. Offerors must bid all the option line items in order to be consideredRejection of Quotation: Failure to demonstrate compliance will be cause to reject the quote without further discussions. All responsible sources may submit an offer and will be considered.Delivery: Delivery to and pick up from 5401 East Lake Blvd, Birmingham, Al. 35217. The Government requires weekly cleaning.The following provisions and clauses apply to this acquisition and can be found in full text at
http://farsite.hill.af.mil/. Far 52.252-1, Solicitation Provisions Incorporated by Reference are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation - Commercial Items: FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.204-7, System for Award Management.; and FAR 52.222-22, Previous Compliance Report. FAR 52.252-2, Clauses Incorporated by Reference, 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 Items. The following FAR clauses cited in 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial items are applicable to this acquisition: FAR 52.240-10, Reporting Executive Compensation and First Tier Subcontract Awards, Far 52.222-3, Convict Labor (E.O 11755), FAR 52- 222-19, Child Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222- 26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232.36, Payment by Third Party (31U.S.C. 3332), FAR 52.233-2 Service of Protest and FAR 52.233-3 Protest After Award; 52.222-50 Combatting Trafficking In Persons; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7001 Buy American and Balance of Payment Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.244-7000 Subcontracts for Commercial Items; 252.225-7048 Export Controlled Items;Evaluation and Award Factors – In accordance with FAR 13.106-1(a)(2) the contract resulting from this solicitation will be awarded to the responsible party whose offer, conforming to the solicitation, is determined most advantageous to the government, and considered best value. The Government intends to award a Firm Fixed Price contract.Any amendment and documents related to this procurement will be available electronically at the internet site:
https://sam.gov Potential Offerors will be responsible for downloading their own copy of these documents related to this procurement. Furnish quotes to MSgt Wade R. Edwards, Contracting Officer, 117th Refueling Wing at
wade.edwards@us.af.mil no later than 4:00 PM Central Standard Time on 9 August 2021. Requests for Information (RFI) may be sent no later than 30 July 2021 to
wade.edwards@us.af.mil . Late quotes will be not be accepted.