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

expired opportunity(Expired)
From: Federal Government(Federal)
HT940824Q0008

Basic Details

started - 05 Apr, 2024 (26 days ago)

Start Date

05 Apr, 2024 (26 days ago)
due - 18 Apr, 2024 (13 days ago)

Due Date

18 Apr, 2024 (13 days ago)
Bid Notification

Type

Bid Notification
HT940824Q0008

Identifier

HT940824Q0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710166)DEFENSE HEALTH AGENCY (DHA) (2294)DEFENSE HEALTH AGENCY (2294)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(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 birthVendor 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 AwardsFAR 52.204-14 Service Contract Reporting RequirementsFAR 52.204-21 – Basic Safeguarding of Covered Contractor Information SystemsFAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for DebarmentFAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility MattersFAR 52.209-10 Prohibition on Contracting with Inverted Domestic CorporationsFAR 52.222-21 Prohibition of Segregated FacilitiesFAR 52.222-26 Equal OpportunityFAR 52.222-3 Convict LaborFAR 52.222-35 Equal Opportunity for VeteransFAR 52.222-36 Equal Opportunity for Workers with DisabilitiesFAR 52.222-37 Employment Reports on VeteransFAR 52.222-40 Notification of Employee Rights Under the National Labor Relations ActFAR 52.222-41 Service Contract Labor StandardsFAR 52.222-42 Statement of Equivalent Rates for Federal HiresFAR 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards—Price AdjustmentFAR 52.222-50 Combating Trafficking in PersonsFAR 52.222-54 Employment Eligibility VerificationFAR 52.222-55 Minimum Wages Under Executive Order 13658FAR 52.222-62 Paid Sick Leave Under Executive Order 13706FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated ItemsFAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While DrivingFAR 52.232-33 Payment by Electronic Funds Transfer—System for Award ManagementFAR 52.232-39 Unenforceability of Unauthorized ObligationsFAR 52.233-3 Protest after AwardFAR 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 ProceduresFAR 52.203-17 – Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower RightsFAR 52.204-13 System for Award Management MaintenanceFAR 52.204-16 – Commercial and Government Entity Code MaintenanceFAR 52.212-4 Contract Terms and Conditions—Commercial ItemsFAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial ServicesFAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction ContractsFAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction ContractsFAR 52.232-40 Providing Accelerated Payments to Small Business SubcontractorsFAR 52.245-1 Government PropertyFAR 52.245-9 Use and ChargesFAR 52.252-5 Authorized Deviations in ProvisionsDFARS 252.203-7000 Requirements Relating to Compensation of Former DoD OfficialsDFARS 252.203-7002 Requirement to Inform Employees of Whistleblower RightsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident ReportingDFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation SupportDFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or ServicesDFARS 252.204-7020 NIST SP 800-171 DoD Assessment Requirements.DFARS 252.206-7000 Domestic Source RestrictionDFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous MaterialsDFARS 252.223-7008 Prohibition of Hexavalent ChromiumDFARS 252.225-7048 Export-Controlled ItemsDFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7006 Wide Area WorkFlow Payment InstructionsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and ConsiderationDFARS 252.244-7000 Subcontracts for Commercial ItemsDFARS 252.211-7007 Reporting of Government-Furnished PropertyDFARS 252.237-7016 Delivery Tickets—Alternate IIDFARS 252.237-7018 Special Definitions of Government PropertyDFARS 252.243-7001 Pricing of Contract ModificationsDFARS 252.243-7002 Requests for Equitable AdjustmentProvisions:FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal TransactionsFAR 52.203-12 Limitation on Payments to Influence Certain Federal TransactionsFAR 52.204-7 System for Award ManagementFAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or EquipmentFAR 52.204-26 Covered Telecommunications Equipment or Services—RepresentationFAR 52.209-7 Information Regarding Responsibility MattersFAR 52.212-2 Evaluation—Commercial Products and Commercial ServicesFAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial ServicesFAR 52.222-22 Previous Contracts and Compliance ReportsFAR 52.222-25 Affirmative Action ComplianceFAR 52.223-1 Biobased Product CertificationFAR 52.223-4 Recovered Material CertificationDFARS 252.203-7005 Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services—RepresentationDFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—RepresentationDFARS 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 3.27.242 – Pricing Sheet

JBSA Lackland ,
 TX  78236  USALocation

Place Of Performance : N/A

Country : United StatesState : TexasCity : LACKLAND

Office Address : CONTRACTING OFFICE-SAN ANTONIO 7800 W IH-10, STE 235 SAN ANTONIO , TX 78230 USA

Country : United StatesState : TexasCity : San Antonio

Classification

naicsCode 561720Janitorial Services
pscCode 9999Miscellaneous Items